Security Tenders

Security Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Description: Sources Sought Notice sources Sought Notice page 6 Of 6 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 6 this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 334510 (size Standard 1,250). Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources That Can Provide An Ultrasound System That Meets The Following Salient Characteristics And Specifications For Va Long Beach Healthcare System. **manufacture Is Fuji Film Sonosite** item Description/ Manufacture Stock Number item # description/part Number* qty 1 l25100 - Sonosite Px Ultrasound System 1 2 l23119 - Transducer, C5-1 1 3 l24087 - Transducer, P5-1 1 4 l22916 - Transducer, L12-3 1 5 l25110 - Sonosite Px Stand 1 6 l28623 - Sonosite Powerpark 1 7 p21894 - User Guide (paper), Sonosite Px, English 1 8 p25393 - Sonosite Px Service Manual 1 9 p25393 - Sonosite Px Service Manual 1 10 edge_px_trade_in - Edge To Sonosite Px Trade In Credit 1 salient Characteristics tibor Rubin Long Beach Vamc Is Planning To Acquire An Ultrasound-imaging Equipment For Portable Applications. The Equipment Must Be Capable Of Operating In B Mode, M-mode, Color Doppler, Color Power Doppler (cpd), Pulsed Wave And Continuous Wave Modes. It Must Support Transducers With Linear, Phased, And Curved Array Formats. Further, It Must Include A Full Array Of Measurement And Calculation Packages. The Specific Requirements For This Equipment Are The Following: px Ultrasound Must Must Be A Portable Ultrasound System That Performs Basic Measurements In Any Imaging Mode. Must Be Able To Save The Image With Measurements Displayed. Must Come With A Touch Screen. Must Have A Liquid Crystal Display. Must Display System Specifications, Safety, And Acoustics Output Information. Must Be Windows 10 Compatible. system Specifications Stand Dimensions Width X Depth): 28.3 Inches X 28.3 Inches (72 Cm X 72 Cm) Height Maximum (system And Stand): 65 Inches (165 Cm) Monitor Up Height Minimum (system And Stand): 42.2 Inches (107 Cm) Monitor Down Height Adjustment: 9.8 (24.9 Cm) Travel Weight (system Only) 16.6 Lbs. / 7.5 Kg Weight (system And Stand) 85.1 Lbs. / 38.6 Kg Casters: 5 Inch Swivel, 4 Locking User Interface: Projected Capacitive (pcap) Touch Screen 10 Inches X 5.7 Inches (25.6 Cm X 14.5 Cm) User Interface: Physical Buttons Work Surface Adjusts: 0 To 140 Degrees Monitor Angle: 15 Degrees From Horizontal Work Surface Angle: 55 Degrees From Horizontal Clinical Monitor: 15.6 Inches (39.6 Cm) Clinical Monitor Image Size: 8.1 Inches X 6.1 Inches (20.7 Cm X 15.5 Cm) Clinical Monitor Display Size: 13.5 Inches X 7.6 Inches (34.4 Cm X 19.4 Cm) Screen Resolution (minimum): Display Size: 1920 X 1080 Pixels, Image Size: 1152 X 864 Pixels Operating System: Windows 10 Iot Enterprise 2019 Ltsc Architecture: Digital Broadband System Boot Up: <40 Secs System Hard Drive: 128 Gb Gray Scale: 256 Shades Dynamic Range: Up To 183 Db Transducer Connection: 3 X System/stand, 1 X System Only Hipaa Compliance: Meets Federal Information Processing Standards (fips) For Moderate Security Control Selections Per Fips199, Fips200, And Nist 800-53. More Details In The Data Security Section. The System Shall Withstand A Drop From A Height Of 1 Meter. The System Shall Be Safe And Function Normally After This Drop. the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. if You Are Interested And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? (2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi? (3) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? (4) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (5) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (6) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (7) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (8) Please Provide General Pricing Of Your Products/solution For Market Research Purposes. (9) Please Submit Your Capabilities In Regards To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? (10) Please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a. (11) Please Provide Your Sam Identification Number. (12) Please Provide A List Of Detail Requirements And Drawings. *** Submissions Addressing Section (8) Should Show Clear, Compelling And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Carlo.manuel@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Monday, January 13, 2025, At 1:00 Pm Pst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+2Others, Civil Works Others
Germany
Description: Contract notice - General guideline, standard regulation Open procedure (construction work) Grunelius-outsourcing-provision of a gymnasium Provision of a prefabricated gymnasium including outbuildings and foundations Grunelius-outsourcing-provision of a gymnasium 1,000 Psch Site equipment ... More Grunelius-outsourcing-provision of a gymnasium Provision of a prefabricated gymnasium including outbuildings and foundations Grunelius-outsourcing-provision of a gymnasium 1,000 Psch Site equipment assembly/dismantling 1,000 pcs Temporary sports hall 30 x 18 x 6m 1,000 Psch Foundation for the previously described sports hall 1,000 Psch Additional equipment skylight window 1,000 Psch Additional equipment room acoustics 2,000 pcs Additional equipment escape doors 1,000 pcs Additional equipment connecting door 1,000 pcs Additional equipment door to equipment room 500,000 m2 Additional equipment sports floor 1,000 pcs Additional equipment handball goals including floor panels 1,000 pcs Additional system horizontal bar system including ground sleeves 2,000 pcs Additional equipment wall mounting for soft floor mats 1,000 pcs Additional equipment hall heating 1,000 pcs Additional equipment hall lighting 1,000 pcs Additional equipment lightning protection system 4,000 pcs Changing room container 1,000 pcs Changing room container - teachers 1,000 pcs Toilet container - girls and pumi 1,000 pcs Toilet container - boys 4,000 pcs Container for connecting corridor - long 1,000 pcs Container for connecting corridor - short 1,000 pcs Container as gymnastics room 1,000 pcs Container for gymnastics equipment 2,000 pcs Additional equipment clean-walking area 2,000 pcs Additional equipment external door, double-winged 1,000 pcs Additional equipment locking system (20 cylinders) 3,000 pcs Additional equipment fire extinguisher 1,000 pcs Additional equipment room signage 1,000 Psch Additional equipment house alarm system 1,000 Psch Additional equipment break light 1,000 Psch Additional equipment security lighting 1,000 Psch Additional equipment outdoor light 1,000 St Additional equipment: Line for emergency telephone
Closing Date29 Jan 2025
Tender AmountRefer Documents 

City Government Of Pasay Tender

Healthcare and Medicine
Philippines
Details: Description The Pasay City Government – Office Of The City Mayor, Through Its Bids And Awards Committee, Intends To Apply The Sum Of Three Hundred Six Thousand Seventy Five Pesos (php 306,075.00) Being The Approved Budget For The Contract (abc) For The Project: “supply And Delivery Of One (1) Lot Various Medical Supplies For The 1st Qtr 2025 Requirement Of The Kandili Ng Kalusugan Program Of The Office Of The City Mayor” Chargeable Against The General Fund Cy2025. The Pasay City Government Bac Now Requests The Quotation For The Project: “supply And Delivery Of One (1) Lot Various Medical Supplies For The 1st Qtr 2025 Requirement Of The Kandili Ng Kalusugan Program Of The Office Of The City Mayor”. Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Price Quotations. Please Submit Your Duly Signed Quotations/proposals Not Later Than February 6, 2025 At 10:00am For The Item Described Above, Subject To The Terms And Conditions Provided With This Request For Quotation (rfq). A Copy Of Your Mayor’s / Business Permit, Philgeps Registration Number, Income/ Business Tax Return, Warranty/security Certificate (if Applicable) And Omnibus Sworn Statement (gppb Format, Notarized) Are Also Required To Be Submitted Along With Your Quotation/proposal. Quotations May Be Submitted Manually In A Sealed Envelope And Drop In The Box Located At The Bids And Awards Conference Room, Rm. 213, 2nd Floor, Pasay City Hall Building, Or Through Email At The Address And Contact Numbers Indicated Below. Interested Service Provider May Obtain Further Information From Mr. Edwin V. David, Csee, Head – Bac Secretariat At Telephone Numbers 888-pasay (72729), Local Numbers 1110, 1281, 1282 Or Email Address: Bacsec_pasay@pasay.gov.ph.
Closing Date6 Feb 2025
Tender AmountPHP 306 K (USD 5.2 K)

City Government Of Pasay Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description The Pasay City Government – Business Permit And Licensing Office, Through Its Bids And Awards Committee, Intends To Apply The Sum Of Eight Hundred Eighty Two Thousand Seven Hundred Pesos (php 882,700.00) Being The Approved Budget For The Contract (abc) For The Project: “supply And Delivery Of Business Permit Forms & Plates 2025 And Tax Mapped & Business Plate Stickers For Cy2025 Requirement Of The Business Permit & Licensing Office” Chargeable Against The General Fund Cy2025. The Pasay City Government Bac Now Requests The Quotation For The Project: “supply And Delivery Of Business Permit Forms & Plates 2025 And Tax Mapped & Business Plate Stickers For Cy2025 Requirement Of The Business Permit & Licensing Office”. Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Price Quotations. Please Submit Your Duly Signed Quotations/proposals Not Later Than February 10, 2025 At 10:00am For The Item Described Above, Subject To The Terms And Conditions Provided With This Request For Quotation (rfq). A Copy Of Your Mayor’s / Business Permit, Philgeps Registration Number, Income/ Business Tax Return, Warranty/security Certificate (if Applicable) And Omnibus Sworn Statement (gppb Format, Notarized) Are Also Required To Be Submitted Along With Your Quotation/proposal. Quotations May Be Submitted Manually In A Sealed Envelope And Drop In The Box Located At The Bids And Awards Conference Room, Rm. 213, 2nd Floor, Pasay City Hall Building, Or Through Email At The Address And Contact Numbers Indicated Below. Interested Service Provider May Obtain Further Information From Mr. Edwin V. David, Csee, Head – Bac Secretariat At Telephone Numbers 888-pasay (72729), Local Numbers 1110, 1281, 1282 Or Email Address: Bacsec_pasay@pasay.gov.ph.
Closing Date10 Feb 2025
Tender AmountPHP 882.7 K (USD 15.2 K)

BARANGAY MAGDUM, TAGUM, DAVAO DEL NORTE Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description January 23, 2025 Invitation To Bid Reference No. 11689368/ Solicitation No. 25-01-018 The City Government Of Tagum Invites Interested Bidders/suppliers To Submit For Eligibility And To Bid For The Following: Construction Materials & Supplies 219,751.00 Total 219,751.00 Source Of Fund: Accredited And Eligible Bidders Shall Be Given Priority To Participate In The Bidding. Other Interested Bidders However, Shall Still Be Invited To Join Provided That All Eligibility Requirements Are Properly Complied With And Submitted On Or Before Bid Opening. Instructions To Bidders And Other Details Of The Items For Procurement Together With The Bid Forms Are Available Starting January 24, 2025 – January 29, 2025 With Charge As Per Annex “a” Of Gppb Resolution No. 04-2012. Dropping Of Sealed Bids Will Be On January 30, 2025 From 8:00 Am To 5:00 Pm Together With A Bid Security Equivalent To 2% For Cash Bond Or Manager’s/cashier’s Check Based On The Total Amount Of The Approved Budget Of The Items And Opening Of Bids Will Be On January 31, 2025 At 1:30 Pm. All Of These Activities Shall Be Held At The Barangay Session Hall, Brgy. Magdum, Respectively, This City. The Bids And Awards Committee A.) Reserves The Right To Reject Any Or All Bids; B.) Waive Any Defect Or Formality; C.) Declare Failure Of Bidding If There Is Prima Facie Evidence Of Any Prohibited Act Which Restricts, Suppresses Or Nullifies Any Or All Bidding Procedures To The Disadvantage Of The Government; D.) Assumes No Obligation Whatsoever To Indemnify The Bidder(s) For Any Expense That They May Incur In The Preparation Of Their Bids; And E.) To Accept Only Such Bid(s) Established To Be The Most Advantageous To The Government. For Inquiries, Visit At Barangay Session Hall, Brgy. Magdum, Tagum City . (sgd)gina M. Mayang Brgy. Kagawad Chairman, Bids And Awards Committee
Closing Date31 Jan 2025
Tender AmountPHP 219.7 K (USD 3.7 K)

DEPT OF THE NAVY USA Tender

Telecommunication Services...+1Aerospace and Defence
United States
Details: Type: Synopsis classification Code: Ac-13 – National Defense R&d Services subject: Synopsis For Supporting Experimentation Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities naics: 541512 response Date: 3 January 2025 (1500 Est) contacts: julie Gill, Contracting Officer, Nawcad A2521000 email: Julie.m.gill2.civ@us.navy.mil shawn Harbaugh, Contract Specialist, 301-757-9563, Nawcad A2521016 email: Shawn.k.harbaugh.civ@us.navy.mil reference Number: naval Air Warfare Center – Aircraft Division (nawcad) Intends To Issue A Sole Source Cost Plus Fixed-fee (cpff) Order Under Basic Ordering Agreement (boa), Contract Number N00019-20-g-0005, To Northrop Grumman Systems Corporation (ngsc), 2000 West Nasa Blvd, Melbourne, Fl 32904, For Supporting The Experimentation Of Millimeter Wave 5g Open Radio Access Network (oran) Technology Under The Authority In 10 U.s.c. 2304(c)(l), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. requirements: this Effort Is The Follow On To The Ousd (r&e) Radio Frequency (rf) And Optical Electronic Activities Under N00164-19-9-0001, Awarded To Northrop Grumman In Collaboration With Other Performers On Ousd (r&e)’s Starry Nite And Ship Programs To Develop Associated Antenna Unit And Radio Units. The Contractor Shall Support The 5g Oran Prototyping With The Naval Air Warfare Center Aircraft Division (nawcad) Rapid Prototyping Experimentation And Demonstration (rped) Department At Naval Air Station Patuxent River, Maryland. The Support Includes The Resources Required To Support And Conduct Relevant Experimentation To Mature The Technology Being Developed. The Activity Will Support Risk Reduction And Inform The Stakeholders Through Lab Demonstrations That May Lead Up To The Field Demonstrations, In Assessing The 5g Oran Prototypes. The Effort Also Supports The Transition Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities. further, The Scope Of Work For The Contractor Includes Support To The Government In Experimentation And Risk Reduction Activities Associated With The Prototype Advancements Of The Specialized Antenna Units (au) And Radio Units (ru) That Are To Be Integrated Into Distributed Battle Management Command & Control (bmc2) System Prototypes. The Distributed Bmc2 System Has Specialized Capability Enhancements Leveraging Commercial Technologies. The Prototypes Support Ground, Surface, And Airborne Missions. The Au And Ru Components, Required To Fabricate Into Au And Rus, Are To Be Provided As Government Furnished Equipment (gfe) And Associated Government Furnished Information (gfi) To The Program. ngsc Has Unique Expertise In Multi-foundry Integration, Proven Supply Chain Security, System Of System Frameworks, And Extensive Performer Technical Experience In Its Position As The Lead Systems Integrator. Their Unmatched Ability To Manage The Complex Technological And Operational Requirements Across Multiple Domestic Foundries, While Ensuring Program Integrity And Alignment With The United States Government Security And Industrial Strategies, Makes Them The Only Responsible Source Capable Of Executing This Requirement. responsible Interested Parties May Submit A Capability Statement In Which They Identify Their Interest And Capability To Respond To This Requirement. The Government Will Consider Written And/or Electronic Media Responses To This Announcement Received No Later Than 03 January 2025 (1500 Est) And Can Be Submitted To: shawn Harbaugh, A2521016 nawcad Procurement Group 21983 Bundy Road, Bldg. 441 patuxent River, Md 20670 shawn.k.harbaugh.civ@us.navy.mil a Determination By The Government Not To Compete This Procurement Is Based Upon Responses To This Notice And Is Solely Within The Discretion Of The Government. place Of Performance: Patuxent River, Md
Closing Date3 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: A. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued b. The Great Plains Area Indian Health Service (ihs) Intends To Award A Firm-fixed Price, Non-personal Healthcare Service, Commercial Item, Single Award, Purchase Order For Pharmacist Services At The Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, South Dakota In Response To Request For Quote (rfq) -25-012-0002. c. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02/2025-01-03. d. This Rfq Is Set-aside 100% Indian Economic Enterprise Small Business (isbee) And The Associated Naics Code Is 561320, Which Has A Small Business Standard Of $34.0 Million. e. The Quoted Unit Pricing Must Be “all Inclusive” (to Include But Not Be Limited To Travel, Lodging, Per Diem, Fringe Benefits, Federal, State And Local Taxes) Plus All Other Costs Pertinent To The Performance Of This Contract. Utilize Your Most Competitive And Reasonable Rates. pharmacist Services: 1,200 Hours @ $ ____________ Per Hour, Totaling $___________________. f. Pharmacist Services To Be Provided For The Duration Of The Contract Per The Statement Of Work (sow) g. The Period Of Performance Will Be Date Of Award Through (180 Days). h. Far 52.212-1 Instructions To Offerors-commercial Items (sep 2023). quotes Shall Be Submitted On Company Letterhead Stationery, Signed, Dated And It Shall Include: solicitation Number Rfq-25-012-0002; closing Date: February 5, 2025 At 12:00 Pm Cst; name, Address And Telephone Number Of Company And Email Address Of Contact Person; technical Description Of The Item/service Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements Of The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary; price And Any Discount; “remit To” Address, If Different Than Mailing Address; a Completed Copy Of The Representations And Certifications At Far 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); acknowledgment Of Solicitation Amendments (if Any Issued); past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); a Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offerors That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. in Addition, Contractors Shall Provide The Following: name And Phone Number Of Three (3) Professional References. shall Meet The Qualifications In The Statement Of Work And Provide Copies Of Requested Documents. complete And Sign Child Care Position Provisional Authorization complete And Sign The Declaration For Federal Employment – Optional Form 306. complete And Sign Addendum To Declaration For Federal Employment (of306). complete And Sign Licensure Requirement Form. copy Of Malpractice Insurance Coverage. copy A Degree From A Qualified Medical Laboratory Science Program. maintain Continuing Education/certification. copy Of Current Basic Life Support (bls). current Immunization Record, Including Covid-19 Vaccines. do Not Include Personal Identifiable Information (pii) On Any Documents That Are Being Submitted. attachments: statement Of Work provisions And Clauses Incorporated By Reference And Full Text business Associate Agreement contractor’s Performance Conditions & Responsibilities workplace Violence & Violence In The Workplace courtesy And Respect In The Workplace Policy mandatory Seasonal Influenza wage Determination No: 2015-5375 i. Basis Of Award Is Lowest Price Technically Acceptable (lpta). The Government Intends To Select One Contractor For Award. The Proposals Will Be Initially Evaluated By Lowest Price And If The Lowest Priced Proposal Submitted Is Found To Be Technically Acceptable, No Other Proposals Will Be Evaluated, And Award Will Be Made To The Lowest Priced, Technically Acceptable Offeror. However, If The Offeror’s Lowest Priced Proposal Is Not Found Technically Acceptable, The Next Offeror’s Lowest Priced Proposal Will Be Evaluated Until The Lowest Priced, Technically Acceptable Proposal Is Determined. The Government Intends To Evaluate Offers And Award Without Discussions. the Government Reserves The Right To Ask For Clarifications From The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors. The Government Reserves The Right To Enter Negotiations With The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors. contractor Will Work With The Designated Schedule. ability To Provide A Contractor To Be Scheduled To Work Throughout The Contract And/or Ability To Provide A Competent Replacement Provider. contractor Provides All Supporting Credential Documents As Required In The Statement Of Work. j. Far 52.212-3 Offer Representations And Certifications-commercial Items (may 2024). See Attachment For Full Text. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically Via The System For Award Management (sam) Website Accessed Through Http://www.acquisition.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (p) Of This Provision. k. Far 52.212-4 Contract Terms And Conditions-commercial Items (november 2023). Applied To This Acquisition And It’s Incorporated By Reference. l. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (november 2024). See Attachment For Full Text. m. Attached Are The Additional Federal Acquisition Regulations (far) & Health & Human Services Acquisition Regulation (hhsar) Clauses That Are Applicable. n. Offers Will Only Be Accepted Electronically, Submit Via Email To The Following: woodrow Wilson Keeble Memorial Health Care Center indian Health Service - Sisseton Service Unit attn: Andrea Whipple, Purchasing Agent 100 Lake Traverse Drive sisseton, Sd 57262 email: Andrea.whipple@ihs.gov questions In Regards To This Solicitation Shall Be Submitted In Writing By Email No Later Than Friday, January 29, 2025, 12:00pm Cst. security Clearance​​​​​​​ a Security Pre-clearance Must Be Performed For Any Employees Referred To Ihs Through This Contract. fingerprints Must Be Completed And Adjudicated Prior To Services Being Performed Under This Contract. no Contract Award Shall Be Made To Any Vendor Or Provider Listed On The Oig Exclusion List Http://exclusions.oig.hhs.gov Throughout The Duration Of The Contract. It Shall Be The Responsibility Of The Contractor To Notify The Acquisition Official If There Is A Change In Provider. performance Of This Contract Will Require Routine Access By Employees Of The Contractor Or Its Subcontractors To Facilities Or Systems Controlled By The Indian Health Service (i.h.s.). Before Starting Work Requiring Routine Access To I.h.s. Facilities Or Systems Each Person Must Complete A Fbi National Criminal History Check (fingerprint Check) Adjudicated By An I.h.s. Employee Using The Office Of Personnel Management Personnel Investigations Processing System. Contractors Shall Allow Five Business Days For I.h.s. Processing Of Fingerprints Taken Electronically At An I.h.s. Site And Thirty Business Days For Non-electronic Processing Of Fingerprints Using Fbi Form Fd-258. A List Of I.h.s. Sites With Electronic Fingerprint Capability Is Available From The Contracting Officer. in Addition, No Contractor Or Subcontractor Employee Shall Be Permitted To Perform Work Under This Contract If Listed On The Hhs Office Of Inspector General List Of Excluded Individuals/entities (leie), Http://exclusions.oig.hhs.gov. As Soon As Practicable Prior To The Start Of Work, The Performance Of The Work The Contractor Shall Provide To The Contracting Officer The Names Of All Individuals To Be Used In Performance Of Work For Screening Against The Leie. During The Performance, The Contractor Shall Provide The Contracting Officer The Names Of Any Additional Or Substitute Employees For Screening Before They Begin Work. the Contractor Is Responsible For Conducting Security Preclearance Investigations In Sufficient Depth To Ensure That Each Contractor Or Subcontractor Employee Referred To I.h.s. Is Not On The Leie And Can Obtain A Favorable Fingerprint Clearance. Each Security Preclearance Shall Be Conducted Sufficiently In Advance Of The Start Of Performance To Avoid Delays Caused By Denial Of Access. If This Is A Time And Materials, Labor-hour Or Cost Reimbursement Contract, The Contractor Shall Not Charge For Or Be Reimbursed For Labor Hours Or Other Costs Incurred For Employees Who Are Unable To Perform Due To Denial Or Access Or The Excess Time Required To Resolve And Clear Unfavorable Security Clearance Findings. If This Is A Fixed Price Contract, Denial Of Access Due To Security Clearance Findings Shall Not Be A Basis For Excusable Delay Or An Increase To The Contract Amount. government Will Pay For The Cost To Process The Contractors Suitability Clearances. However, Multiple Investigations For The Same Position May, At The Contracting Officers Discretion, Lead To Reduction(s) In The Contract Price Of No More Than The Cost Of The Extra Investigation(s). employees That Do Not Have Access To Lms, Contractors, Volunteers, Or Ihs Employees With Ipa’s Or Moa’s To Tribal Organizations Please, Click Here Ihs Sexual Abuse Prevention Website. When The Contractors Have Completed And Passed The Training, Please Have Them Send A Copy Of The Last Page Of The Training With Name, Date, And Time To Their Supervisor, Cor, And Kimmen Lebeau, E-mail: Kimmen.lebeau@ihs.govinvoice Processing Platform (ipp) the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232- 71, Electronic Submission And Processing Of Payment Requests. ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. invoice Processing Platform (ipp) the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests. ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. the Ipp Website Address Is: Https://www.ipp.gov if You Require Assistance Registering Or Ipp Account Access, Please Contact The Ipp Helpdesk At (866) 973-3131 (m-f 8am To 6pm Et), Or Ippcustomersupport@fiscal.treasury.gov “should The Contractor Feel That Use Of The Ipp Would Be Unduly Burdensome, Their Response To This Solicitation Should Include An Explanation Of This Position For A Determination By The Contracting Officer”.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Telecommunication Services...+1Aerospace and Defence
United States
Details: Type: Synopsis classification Code: Ac-13 – National Defense R&d Services subject: Synopsis For Supporting Experimentation Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities naics: 541512 response Date: 3 January 2025 (1500 Est) contacts: julie Gill, Contracting Officer, Nawcad A2521000 email: Julie.m.gill2.civ@us.navy.mil shawn Harbaugh, Contract Specialist, 301-757-9563, Nawcad A2521016 email: Shawn.k.harbaugh.civ@us.navy.mil reference Number: naval Air Warfare Center – Aircraft Division (nawcad) Intends To Issue A Sole Source Cost Plus Fixed-fee (cpff) Order Under Basic Ordering Agreement (boa), Contract Number N00019-20-g-0005, To Northrop Grumman Systems Corporation (ngsc), 2000 West Nasa Blvd, Melbourne, Fl 32904, For Supporting The Experimentation Of Millimeter Wave 5g Open Radio Access Network (oran) Technology Under The Authority In 10 U.s.c. 2304(c)(l), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. requirements: this Effort Is The Follow On To The Ousd (r&e) Radio Frequency (rf) And Optical Electronic Activities Under N00164-19-9-0001, Awarded To Northrop Grumman In Collaboration With Other Performers On Ousd (r&e)’s Starry Nite And Ship Programs To Develop Associated Antenna Unit And Radio Units. The Contractor Shall Support The 5g Oran Prototyping With The Naval Air Warfare Center Aircraft Division (nawcad) Rapid Prototyping Experimentation And Demonstration (rped) Department At Naval Air Station Patuxent River, Maryland. The Support Includes The Resources Required To Support And Conduct Relevant Experimentation To Mature The Technology Being Developed. The Activity Will Support Risk Reduction And Inform The Stakeholders Through Lab Demonstrations That May Lead Up To The Field Demonstrations, In Assessing The 5g Oran Prototypes. The Effort Also Supports The Transition Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities. further, The Scope Of Work For The Contractor Includes Support To The Government In Experimentation And Risk Reduction Activities Associated With The Prototype Advancements Of The Specialized Antenna Units (au) And Radio Units (ru) That Are To Be Integrated Into Distributed Battle Management Command & Control (bmc2) System Prototypes. The Distributed Bmc2 System Has Specialized Capability Enhancements Leveraging Commercial Technologies. The Prototypes Support Ground, Surface, And Airborne Missions. The Au And Ru Components, Required To Fabricate Into Au And Rus, Are To Be Provided As Government Furnished Equipment (gfe) And Associated Government Furnished Information (gfi) To The Program. ngsc Has Unique Expertise In Multi-foundry Integration, Proven Supply Chain Security, System Of System Frameworks, And Extensive Performer Technical Experience In Its Position As The Lead Systems Integrator. Their Unmatched Ability To Manage The Complex Technological And Operational Requirements Across Multiple Domestic Foundries, While Ensuring Program Integrity And Alignment With The United States Government Security And Industrial Strategies, Makes Them The Only Responsible Source Capable Of Executing This Requirement. responsible Interested Parties May Submit A Capability Statement In Which They Identify Their Interest And Capability To Respond To This Requirement. The Government Will Consider Written And/or Electronic Media Responses To This Announcement Received No Later Than 03 January 2025 (1500 Est) And Can Be Submitted To: shawn Harbaugh, A2521016 nawcad Procurement Group 21983 Bundy Road, Bldg. 441 patuxent River, Md 20670 shawn.k.harbaugh.civ@us.navy.mil a Determination By The Government Not To Compete This Procurement Is Based Upon Responses To This Notice And Is Solely Within The Discretion Of The Government. place Of Performance: Patuxent River, Md
Closing Date3 Jan 2025
Tender AmountRefer Documents 

City Of Valenzuela Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Interested Suppliers To Apply For Eligibility And Bid For The Hereunder Listed Project: Project Reference No. : 001-comfort Packs-ldrrmf-goods-2025 Project Name : Purchase Of 2,500 Comfort Packs & 2,500 Pcs Blue Bag Project Description : Supply Of 2,500 Comfort Packs & 2,500 Pcs Blue Bag For Disaster Response Use Approved Budget For The Contract: Php14,500,000.00 (bc# 101; Ref. No. 24-178) Delivery Period : 45 Calendar Days From Receipt Of Notice To Proceed Registered Prospective Bidders Should Have Experience In Undertaking Single Largest Completed Contract (slcc) Within The Last Five (5) Years With Amount Of At Least 50% Of The Proposed Project For Bidding For Non-expendable Supplies And 25% For Expendable Supplies, In Case Applicable. The Eligibility Check/screening, As Well As The Preliminary Examination Of Bids Shall Use A Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Responsive Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference/s, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Irr. The Complete Schedule Of Activities Are Herein Below Listed As Follows: 1) Issuance Of Bid Documents January 2, 2025-january 20, 2025; 8:00 Am To 4:00 Pm And On January 21, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference January 7, 2025; 1:00 Pm, Conference Room (3a)-legislative Building 3) Submission Of Bids January 21, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 21, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available At The Bids And Awards Committee Secretariat Office, 2/f Exec. Bldg. Valenzuela City Hall, Mac Arthur Highway, Karuhatan, Valenzuela City, To Bidders Upon Payment Of A Non-refundable Fee In The Amount Of Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million To The City Treasurer Of The City Government Of Valenzuela, And May Be Downloaded At The Philgeps Website. Bidder/supplier Must Be Able To Log-in In At The Philippine Government Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List (drl) Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept/reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award, In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of R.a. 9184, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Latter For Any Expense Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Original Signed Atty. Jaime T. De Veyra, Mnsa Posted In Conspicuous Place Chairperson Date Of Publication/philgeps Date Prepared: 12/18/2024
Closing Date23 Jan 2025
Tender AmountPHP 14.5 Million (USD 247.5 K)

Provincial Police Headquarters In Katowice Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Poland
Description: Pkp Linia Hutnicza Szerokotorowa Sp. Z Oo, W Zamość Requests a Price Offer for the delivery of the Products Listed in the Proceedings. By joining the Proceedings, the Bidder accepts the Following Conditions: 1. Unit Price Includes Transport Costs. 2. Period of Validity of the Offer Minimum 10 Days from the End of the Proceedings. 3. Delivery to Wola Baranowska Knapy 190 Road Section required, 39-451 Baranów Sandomierski between 7:30 a.m. and 2:00 p.m. 4. Required Payment Deadline 30 Days from Receipt of Invoice and Goods. 5. Required Quality Documents and Warranty Conditions for the Subject of the Proceedings to be Specified in the Offer. 6. The Ordering Party reserves the Right to Invalidate the Proceedings Without Giving a Reason. 7. By submitting an Offer, the Detailed Terms of Order Specified in the Order Form Constituting Annex No. 1 to the Procedure are accepted. 8. The Seller is obliged to provide the Buyer with a confirmation of receipt of the demand by e-mail: A.torzewska@pkp-lhs.pl within 24 hours from the date of receipt of the demand. The lack of confirmation shall not affect the obligation to fulfil the demand. 9. The seller is obliged to send a confirmation of the notification with reference numbers generated in the Sent system, on the Puesc platform - the Customs Service Electronic Services Platform, in the event that the delivery is subject to the Road Transport of Goods Monitoring System (Act of 9 March 2017 on the Road and Rail Transport of Goods Monitoring System and Trade in Heating Fuels (Journal of Laws of 2021, item 1857, as amended). 10. The subject of the order should be delivered in packaging (with protection) corresponding to the properties of the subject of the order and the means of transport and protecting it against damage. The cost of packaging (protection) and insurance of the delivery up to the place of delivery is borne by the seller. Materials without permanent markings should be labeled. 11. The seller Is Obliged to Provide Net Unit Prices For One Litre of the Assortment On the Platform Appropriately For the Subject of the Order. The Price Should Include All Costs And Risks Necessary For The Proper Execution of the Subject of the Order, Including Excise Duty, Depending On The Case Specified In Letter A Or B Of This Point, Ie. In the following manner: A) If the Product is Exempt from Excise Duty, Taxed at a 0% rate or the Contractor has the option to apply an exemption - in accordance with Art. 32 of the Act of 6 December 2008 on Excise Duty (Journal of Laws of 2019, item 864, as amended), or in relation to certain products exempt due to their intended use listed in the Regulation of the Minister of Development and Finance on Exemptions from Excise Duty of 28 December 2018 (Journal of Laws of 2018, item 2525), the Contractor is obliged to provide the unit price excluding excise duty, and at the time of delivery he will be obliged to submit an appropriate declaration that he meets the statutory conditions for the indicated group of products, In this case, the delivery of excise goods covered by the exemption from excise duty due to their intended use will take place in compliance with the conditions that entitle the application of the exemption from excise duty, B) If it does not meet the conditions specified in the abovementioned Act on Excise Duty or in the regulations implementing this Act, then the Seller is obliged to include the amount of excise duty in the unit price. The price must be given in Polish Zloty (PLN) 12. The Buyer informs that in accordance with § 81 of the Regulations on the award of contracts for supplies, services and construction works by Pkp Linia Hutnicza Szerokotorowa Spółka Z Oo in Zamość, the value of which does not exceed PLN 100,000.00 gross, the following will be excluded from the contract award procedure: 1) Contractors listed in the lists specified in Council Regulation (EC) No. 765/2006 and Council Regulation (EC) No. 269/2014 or entered on the list on the basis of the decision on entry on the list determining the application of the measure referred to in Art. 1 Item 3 of the Act of 13 April 2022 on specific solutions in the scope of counteracting the support of aggression To Ukraine And Those Serving National Security; 2) Contractors whose Beneficial Owner within the meaning of the Act of 1 March 2018 on Combating Money Laundering and Terrorism Financing (Journal of Laws of 2022, items 593 and 655) is a Person Included in the Lists Specified in Council Regulation (EC) No. 765/2006 and Council Regulation (EC) No. 269/2014 or Entered on the List or Being Such a Beneficial Owner from 24 February 2022, Provided That He or She Was Entered on the List Based on the Decision on Entry on the List Determining the Application of the Measure Referred to in Art. 1 Item 3 of the Act of 13 April 2022 on Specific Solutions in the Field of Counteracting Support for Aggression Against Ukraine and Serving the Protection of National Security; 3) Contractors Whose Dominant Entity Within the Meaning of Art. 3 Sec. 1 Item 37 of the Act of 29 September 1994 on Accounting (Journal of Laws of 2021, item 217, 2105 and 2106) is an entity listed in the lists specified in Council Regulation (EC) No. 765/2006 and Council Regulation (EC) No. 269/2014 or entered on the list or being such a parent entity from 24 February 2022, provided that it has been entered on the list on the basis of a decision on entry on the list determining the application of the measure referred to in Art. 1 Item 3 of the Act of 13 April 2022 on specific solutions for counteracting support for aggression against Ukraine and serving to protect national security 13. By submitting the Offer, the Seller confirms that it is not subject to exclusion under § 81 of the Regulations on the Award of Contracts for Supplies, Services and Construction Works by Pkp Linia Hutnicza Szerokotorowa Spółka Z Oo in Zamość, the Value of which does not exceed PLN 100,000.00 Gross, and declares that it does not violate, does not circumvent or facilitate the violation of Sanction Regulations understood as Economic Sanctions, Legal Provisions, Trade Embargoes, Prohibitions, Decisions, Orders and Other Acts and Activities That Have Been Introduced, Imposed or Performed by the Competent Bodies and Structures of the Competent Organizations and Authorities, Including the United Nations, the European Union, the European Economic Area, the Member States of the European Union and the European Economic Area, the United States of America, as well as Other Entities of a Similar Nature in Connection with Restrictive Measures in Relation to Actions Undermining the Territorial Integrity, Sovereignty and Independence of Ukraine or Threatening Them, or Concerning Restrictive Measures in Connection with the Situation in Belarus and the Participation of Belarus in Russia's Aggression Against Ukraine. At the same time, the Buyer undertakes to inform Pkp Lhs Sp. Z Oo of any change in its status, to which the submitted Declaration relates. 14. The Buyer does not allow the possibility of offering Goods, the sale of which could violate or circumvent the Sanctions Regulations Introduced in Connection with Russia's Actions Destabilizing the Situation in Ukraine. When submitting an Offer, the Seller is obliged to Indicate the Goods that originate in Russia or are exported from Russia, together with the Cn Code of These Goods, If it plans to supply such Goods when executing the Order. The Buyer reserves that if the Contractor does not clearly demonstrate for Goods that come from Russia or are exported from Russia that they can be the subject of sale in accordance with Council Regulation (EU) No. 833/2014 of 31 July 2014 concerning restrictive measures in connection with Russia's actions destabilizing the situation in Ukraine (OJ L 229 of 31.7.2014, p. 1, as amended), the Buyer will withdraw from the Purchase and the Seller shall not be entitled to any claims against the Buyer in this respect. 15. The Buyer reserves the right to cancel the Proceedings without giving a reason. 16. By submitting an Offer, the Detailed Terms of the Order Specified in the Proceedings and in the Order Form Constituting Annex No. 1 to the Proceedings are accepted. 17. After the Evaluation of the Offers, the Buyer will inform the Seller who submitted the most advantageous offer that is not subject to rejection about the need to submit a Declaration - constituting Annex No. 2 and 3, signed in accordance with the Representation"
Closing Date7 Feb 2025
Tender AmountRefer Documents 
9971-9980 of 10000 archived Tenders