Security Tenders

Security Tenders

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 

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 

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)

Bureau Of Broadcast Services Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description 1 Lot Lease Of Nine (9) Units Multifunctional Photocopying Machine (digital Copier, Network Printer/scanner) Period: >january 1 To December 31, 2025 Other Requirements: >no Guaranteed Monthly Usage (billing Shall Be Based On Actual Consumption) >scanner Yields Entails No Cost And Will Not Be Billed >no Security Deposit Technical Specifications: General >copy Speed: Minimum 35 Copies Per Minute >control Panel Display: Minimum 8" Wide Color Lcd >touch Screen For Wider Viewing >paper Size: Minimum A4, Maximum A3 >paper Capacity: Min. 1200 Sheets (2x550-sheet Tray, 100-sheet Bypass) >warm-up Time: 20 Sec. >document Feeder: Min. 100 Sheets Reversing >automatic Document Feeder Copier: >original Size: Max A3 (11” X 17) >first Copy Time: 3.7 Seconds >continuous Copy: 999 Copies >copy Resolution: 2400x600 Dpi >zoom Range: 25% To 400% Document Filing: >main And Customize Folders: 20,000 Pages Or 3,000 Files >stored Jobs: Copy, Print, Scan >confidential Storage: Password Protection Network Printer: >resolution: 1200x600 Dpi >interface: Usb 2.0/wifi/ethernet/bluetooth Warranty And After Sales Support: >free Consumables Such As Toners, Developers, And Drums, Except Paper And Staples >free Spare Parts Replacement >service Maintenance >unlimited Training X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x Please Email This Form To: Bbs_propertyprocurement@yahoo.com Or Fax To (02)8920-4353
Closing Date7 Jan 2025
Tender AmountPHP 388.8 K (USD 6.6 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Furnitures and Fixtures
United States
Details: Description This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 (01/03/2025) This Solicitation Is A Total Set-aside For Service-disabled Veteran Owned Small Businesses. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112 Surgical And Medical Instrument Manufacturing With A Small Business Size Of 1,000 Employees. The Fsc/psc Is 6515 Medical And Surgical Instruments, Equipment And Supplies. The Lyons Nj Vamc Is Seeking To Purchase A Brand Name Or Equal Requirement For Exam Chairs Reliance Fx-920-l #20 Pearl With Black Cushions, Chair Glides, Reliance Stands And White Glove Delivery And Installation On All Line Items For Their Optometry Clinic. All Interested Companies Shall Provide Quotations For The Following: Line-item Number, Description Details, Quantity, Unit Of Measure, Unit Of Price, Total Price, And Grand Total Price. Please Ensure That Your Quote Covers The Cost For Everything Requested In The Sow. We Must See The Breakdown Of Every Line Item. Statement Of Work (sow) Unit, Exam, Eye W/motor Chair Va Nj Hcs Lyons Campus Ophthalmology & Optometry Sections At Va New Jersey Health Care System Lyons Campus Are Requesting 4 Brand Name Or Equal Lane Reliance Chair And Stands With An Authorized Vendor To Supply, Assemble, And Install The Item(s) Identified In Table 1 Below. At The Lyons Eye Clinic, There Are 4 Exam Rooms Used By Doctors. At Present, All 4 Of Our Chairs Are At The End Of Life. All 4 Chairs Have Tears With Electrical Issues That Presents A Hazard To Patient Care And Identified As Infection Control Issues. The Chairs Are Specialized Chairs Which Must Be Sturdy Enough For Patients Of All Weights And Which Can Be Adjusted For The Varied Patients Seen In The Eye Clinic. They Must Be Adjustable Up And Down For Patients Of Different Heights And To Optimize Examination Of Different Parts Of The Eye. They Also Must Be Able To Recline To Optimize Examination Of Different Parts Of The Eye. The Chairs Linked With The Equipment Stands That Are Needed To Operate The Chairs And Must Be Compatible. The Chairs Should Be Wheelchair Accessible With Gliders To Accommodate Such Patients. This Is A Brand Name Or Equal Requirement. Reliance Chair And Stands Is The Basis Of Design. Table 1 Package Items Summary Item # Item Description Part # (basis Of Design) Quantity 1 Reliance Fx-920-l Chair, #20 Pearl, Requires Upholstery Includes White Glove Delivery, Assembly And Installation Onsite. Color Cs0rlfx920u Cs0rlfx920l20 4 2 Reliance Fx920 Cushion Set, #301 Black Cs0rlfx920ubl 4 3 Reliance 942 Chair Glide Cs1rl942 4 4 Reliance 7900-ic Floor Unit - With Wheelchair Modification #20 Pearl Cs0rl7900icw20fg 4 Va Nj Point Of Contact: Dr. Catherine Chiu, Optometrist 908-647-0180 X 214590 Ship To Address Attn: Warehouse Va Medical Center 151 Knollcroft Road Building 13 Lyons Nj 07939 Bill To Address Fms (561) (ref Po Number) Po Box 149971 Austin, Tx 78714 Requirements 4 Reliance Chair And Stand Warranty: One Year Minimum Required. Manuals: At No Charge Fob: Destination Time Of Delivery: On Or Before 30 Days Aro. Va Maintenance/installation Contract Requirements A Prohibition On Unauthorized Disclosure: Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. See Va Handbook 6500.6, Appendix C, Paragraph 3.a A Requirement For Data Breach Notification: Upon Discovery Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access, The Contractor/subcontractor Shall Immediately And Simultaneously Notify The Cotr, The Designated Iso, And Privacy Officer For The Contract. The Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. See Va Handbook 6500.6, Appendix C, Paragraph 6.a A Requirement To Pay Liquidated Damages In The Event Of A Data Breach: In The Event Of A Data Breach Or Privacy Incident Involving Spi The Contractor Processes Or Maintains Under This Contract, The Contractor Shall Be Liable To Va For Liquidated Damages For A Specified Amount Per Affected Individual To Cover The Cost Or Providing Credit Protection Services To Those Individuals. See Va Handbook 6500.6, Appendix C, Paragraph 7.a., 7d. A Requirement For Annual Security/privacy Awareness Training: Before Being Granted Access To Va Information Or Information Systems, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Complete On An Annual Basis Wither: (i) The Va Security/privacy Awareness Training (contains Va Security/privacy Requirements) Within 1 Week Of The Initiation Of The Contract, Or (ii) Security Awareness Training Provided Or Arranged By The Contractor That Conforms To Va S Security/privacy Requirements As Delineated In The Hard Copy Of The Va Security Awareness Training Provided To The Contractor. If The Contractor Provides Their Own Training That Conforms To Va S Requirements, They Will Provide The Cotr Or Co, A Yearly Report (due Annually On The Date Of The Contract Initiation) Stating That All Applicable Employees Involved In The Va S Contract Have Received Their Annual Security/privacy Training That Meets Va S Requirements And The Total Number Of Employees Trained, See Va Handbook 6500.6, Appendix C, Paragraph9 A Requirement To Sign Va S Rules Of Behavior: Before Being Granted Access To Va Information Or Information Systems, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Sign On Annual Basis An Acknowledgement That They Have Read Understand, And Agree To Abide By Va S Contractor Rules Of Behavior Which Is Attached To This Contract. See Va Handbook 6500.6, Appendix C, Paragraph 9, Appendix D. Note: If Medical Device Vendor Anticipates That The Services Under This Contract Will Be Performed By 10 Or More Individuals, The Contractor Rules Of Behavior May Be Signed By The Vendor S Designated Representative. The Contract Must Reflect By Signing The Rules Of Behavior On Behalf Of The Vendor That The Designated Representative Agrees To Ensure That All Such Individuals Review And Understand The Contractor Rules Of Behavior When Accessing Va S Information And Information Systems. This Acquisition Does Not Require Services That Involve Connection Of One Or More Contractor-owned It Devices To A Va Internal Trusted Network. The C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. Required Specs Salient Characteristics: Ophthalmic Stand Qty 4 Provide Maximum Access To Patients And Compatibility With Reliance Chairs Includes Chair Controls With Three Wells, 3-3.5v Charging For Handheld Instruments Arm For Slit Lamp That Allows Adjustment With A Single Hand - 12 Vertical Travel With Can Counterbalance Instruments 12-60 Lbs And Can Be Raised/lowered Arm For Upper Refactor With 10 Vertical Movement And Supports 20-50 Lbs Backlit Membrane Switches Halogen Lamp With Arm Adjustments Wheelchair Access With Glider Complying To Ada Standards Ophthalmic Chair Qty 4 Power Base And Top. Use Finger Switches Or Corded Foot Switch To Raise, Lower Or Tilt Chair Auto Return Button Returns Chair To The Upright Position Membrane Switches And Rotation Lock Control All Operations Of The Chair From A Sitting Or Standing Position Armrest Locks Release Mechanism Allows Patients To Sit Or Leave From Either Side Of Chair Hydraulic Base Supporting 600lbs Concave Headrest For Allowing For Diagnostic Views Va Patient Privacy And Network Infrastructure None Of The Equipment Listed Within This Procurement Package Will Access The Va Network Or Store Any Sensitive Patient Information. Any Contractors That Will Come On-site For Install Will Not Need Access To The Va Network. All Contractors Must Comply With Va Regulation And Complete The Following Training: "va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access Or Use To Va Sensitive Information." Reference The Attached Handbook 6500.6 Appendix A - Checklist For Information Security In The Initiation Phase Of Acquisitions. The System Does Not Transmit Or Maintain Electronic Protected Health Information. A Manufacturer Disclosure Statement For Medical Device Security (mds2) Form Is Not Applicable. The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. The Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (end Of Addendum Far 52.212-1) Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sept 2023) (a)ânorth American Industry Classification System (naics) Code And Small Business Size Standard.âthe Naics Code(s) And Small Business Size Standard(s) For Thisâacquisitionâappear Elsewhere In Theâsolicitation. However, The Small Business Size Standard For A Concern That Submits Anâoffer, Other Than On Aâconstructionâor Serviceâacquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees Forâinformation Technologyâvalue-added Resellers Under Naics Code 541519, If Theâacquisition (1)is Set Aside For Small Business And Has A Value Above Theâsimplified Acquisition Threshold; (2)uses Theâhubzoneâprice Evaluation Preference Regardless Of Dollar Value, Unless Theâofferorâwaives The Price Evaluation Preference; Or (3)is An 8(a),âhubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)âsubmission Ofâoffers. Submit Signed And Datedâoffersâto The Office Specified In Thisâsolicitationâat Or Before The Exact Time Specified In Thisâsolicitation.âoffersâmayâbe Submitted On Theâsf 1449, Letterhead Stationery, Or As Otherwise Specified In Theâsolicitation. As A Minimum,âoffersâmustâshow (1)âtheâsolicitationânumber; 36c24225q0301 (2)âthe Time Specified In Theâsolicitationâfor Receipt Ofâoffers; (3)âthe Name, Address, And Telephone Number Of Theâofferor; (4)âa Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In Theâsolicitation. Thisâmayâinclude Product Literature, Or Other Documents, If Necessary; (5)âterms Of Any Expressâwarranty; (6)âprice And Any Discount Terms; (7)â"remit To" Address, If Different Than Mailing Address; (8)âa Completed Copy Of The Representations And Certifications At Federalâacquisitionâregulation (far)â52.212-3â(see Farâ52.212-3(b) For Those Representations And Certifications That Theâofferorâshallâcomplete Electronically); (9)âacknowledgment Ofâsolicitationâamendments; (10)âpast Performanceâinformation, 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); And (11)âif Theâofferâis Not Submitted On Theâsf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâsolicitation.âoffersâthat Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of Theâsolicitationâmayâbe Excluded From Consideration. (c)âperiod For Acceptance Ofâoffers. Theâofferorâagrees To Hold The Prices In Itsâofferâfirm For 30 Calendar Days From The Date Specified For Receipt Ofâoffers, Unless Another Time Period Is Specified In An Addendum To Theâsolicitation. (d)âproduct Samples. When Required By Theâsolicitation, Product Samplesâshallâbe Submitted At Or Prior To The Time Specified For Receipt Ofâoffers. Unless Otherwise Specified In Thisâsolicitation, These Samplesâshallâbe Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Preaward Testing. (e)âmultipleâoffers.âofferorsâare Encouraged To Submit Multipleâoffersâpresenting Alternative Terms And Conditions, Including Alternativeâline Itemsâ(provided That The Alternativeâline Itemsâare Consistent With Farâsubpartâ 4.10), Or Alternativeâcommercial Productsâorâcommercial Servicesâfor Satisfying The Requirements Of Thisâsolicitation. Eachâofferâsubmitted Will Be Evaluated Separately. (f)âlate Submissions, Modifications, Revisions, And Withdrawals Ofâoffers. (1)âofferorsâare Responsible For Submittingâoffers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In Theâsolicitationâby The Time Specified In Theâsolicitation. If No Time Is Specified In Theâsolicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâoffersâor Revisions Are Due. (2) (i)âanyâoffer, Modification, Revision, Or Withdrawal Of Anâofferâreceived At The Government Office Designated In Theâsolicitationâafter The Exact Time Specified For Receipt Ofâoffersâis "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, Theâcontracting Officerâdetermines That Accepting The Lateâofferâwould Not Unduly Delay Theâacquisition; And- (a)âif It Was Transmitted Through Anâelectronic Commerceâmethod Authorized By Theâsolicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Workingâdayâprior To The Date Specified For Receipt Ofâoffers; Or (b)âthere Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Ofâoffersâand Was Under The Government S Control Prior To The Time Set For Receipt Ofâoffers; Or (c)âif Thisâsolicitationâis A Request For Proposals, It Was The Only Proposal Received. (ii)âhowever, A Late Modification Of An Otherwise Successfulâoffer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received Andâmayâbe Accepted. (3)âacceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On Theâofferâwrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4)âif Anâemergencyâor Unanticipated Event Interrupts Normal Government Processes So Thatâoffersâcannot Be Received At The Government Office Designated For Receipt Ofâoffersâby The Exact Time Specified In Theâsolicitation, And Urgent Government Requirements Preclude Amendment Of Theâsolicitationâor Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâoffersâwill Be Deemed To Be Extended To The Same Time Ofâdayâspecified In Theâsolicitationâon The First Workâdayâon Which Normal Government Processes Resume. (5)âoffersâmayâbe Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Ofâoffers. Oralâoffersâin Response To Oralâsolicitationsâmayâbe Withdrawn Orally. If Theâsolicitationâauthorizes Facsimileâoffers,âoffersâmayâbe Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Ofâoffers, Subject To The Conditions Specified In Theâsolicitationâconcerning Facsimileâoffers. Anâofferâmayâbe Withdrawn In Person By Anâofferorâor Its Authorized Representative If, Before The Exact Time Set For Receipt Ofâoffers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For Theâoffer. (g)âcontract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluateâoffersâand Award A Contract Without Discussions Withâofferors. Therefore, Theâofferor S Initialâofferâshouldâcontain Theâofferor S Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By Theâcontracting Officerâto Be Necessary. The Governmentâmayâreject Any Or Allâoffersâif Such Action Is In The Public Interest; Accept Other Than The Lowestâoffer; And Waive Informalities And Minor Irregularities Inâoffersâreceived. (h)âmultiple Awards. The Governmentâmayâaccept Any Item Or Group Of Items Of Anâoffer, Unless Theâofferorâqualifies Theâofferâby Specific Limitations. Unless Otherwise Provided In The Schedule,âoffersâmayânot Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless Theâofferorâspecifies Otherwise In Theâoffer. (i)âavailability Of Requirements Documents Cited In Theâsolicitation. (1) (i)âthe Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101 29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website Atâhttps://assist.dla.mil. (ii)âif The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâsolicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâsolicitationâmayâbe Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2)âmost Unclassified Defense Specifications And Standardsâmayâbe Downloaded From The Assist Website Atâhttps://assist.dla.mil. (3)âdefense Documents Not Available From The Assist Websiteâmayâbe Requested From The Defense Standardization Program Office By (i)âusing The Assist Feedback Module (âhttps://assist.dla.mil/ Feedback); Or (ii)âcontacting The Defense Standardization Program Office By Telephone At 571 767 6688 Or Email Atâassisthelp@dla.mil. (4)ânongovernment (voluntary) Standardsâmustâbe Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)âunique Entity Identifier.(applies To Allâoffersâthat Exceed Theâmicro-purchase Threshold, Andâoffersâat Or Below Theâmicro-purchase Thresholdâif Theâsolicitationârequires The Contractor To Beâregistered In The System For Award Management (sam).) Theâofferorâshallâenter, In The Block With Its Name And Address On The Cover Page Of Itsâoffer, The Annotation "unique Entity Identifier" Followed By Theâunique Entity Identifierâthat Identifies Theâofferor's Name And Address. Theâofferorâalsoâshallâenter Itsâelectronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâunique Entity Identifier. The Suffix Is Assigned At The Discretion Of Theâofferorâto Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâsubpartâ 32.11) For The Same Entity. If Theâofferorâdoes Not Have Aâunique Entity Identifier, Itâshouldâcontact The Entity Designated Atâwww.sam.govâforâunique Entity Identifierâestablishment Directly To Obtain One. Theâofferorâshouldâindicate That It Is Anâofferorâfor A Government Contract When Contacting The Entity Designated Atâwww.sam.govâfor Establishing Theâunique Entity Identifier. (k)â[reserved] (l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. Questions: Request For Information (rfi)/questions Shall Be Submitted In Writing Via Email To Lorraine Hussain At Lorraine.hussain@va.gov. Telephonic Questions Will Not Be Accepted. Request For Information/questions Will Not Be Accepted After February 6, 2025, 10:00 Am Est. Questions Will Be Answered In An Amendment To The Solicitation. Submission Instructions: Technical Packages (proposals) Must Be Received Not Later Than Februaray 10th, 2025, 3:00 Pm Est. The Government Will Only Accept Electronic Submissions Via Email. Send All Quotations To Lorraine.hussain@va.gov. The Email Subject Line Must Identify Solicitation 36c24225q0301. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Offers That Do Not Adhere To These Instructions May Be Determined To Be Incomplete And, Therefore, Risk Being Rejected Without Further Consideration For Award. Offer Submissions Shall Include: A. Completed Acknowledgement Of Amendments Sections (if Applicable). B. A Technical Submission To Describe The Offeror S Capability And Experience In Delivering The Services In The Statement Of Work (sow) Via 52.212-2 Evaluation Of Commercial Items Section. C. Past Performance Information Via 52.212-2 Evaluation Section. D. Completed Section Price/cost Schedule. E. Offers That Fail To Furnish Required Representation Or Information Or Reject The Terms And Conditions Of The Solicitation Will Be Excluded From Consideration. (end Of Provision) 2. Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services Basis For Award. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous And Best Value To The Government, Given Price And Other Factors Considered. Comparative Analysis May Be Used. The Following Factors Shall Be Used To Evaluate Quotations: Technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. The Technical Capability Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Sow, Solicitation, And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. The Contractor Must Demonstrate In Their Technical Capability The Understanding Of This Requirement Needs By Providing A Capability Statement With Relevance Of The Scope Of Work Regarding The Chairs, Glides And Stands As Stated In The Sow. Specific Scope Of Work: The Quoter Will Be Evaluated On How Well Their Technical Capability Statement Demonstrates How The Vendor Will Meet The Needs Of This Requirement For As Specified In Scope Of Work. See The Sow. Technical Experience: The Quoter Will Be Evaluated On How Well Their Technical Experience Reflects That The Offeror Is A Firm Who Regularly Is Engaged In The Performance Of Work As Stated In Scope Of Work And Complexity. The Offeror's Experience Will Be Evaluated On Their Proficiency In Performance Of The Duties As Requested. Authorization: Provide Documentation The Vendor Performing The Services Have Been Trained, Authorized To Install Reliance Equipment Specified In Sow. Past Performance: The Offeror Will Provide At A Minimum Three Past Performance Of Similar Scope Or Complexity. Information To Include A Description Of Work Done. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. Evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: (end Of Addendum To Far 52.212-2) Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (nov 2023) Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4- Show Far Clauses Followed By Vaar Clauses In Numeric Order. List All Clauses Incorporated By Reference In Numeric Order Under 52.252-2 (see Below), Starting First With Far And Followed By Vaar. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) 52.225-1 Buy American Supplies And Provision 52.225-2 Buy American Certificate 52.252-2 Clauses Incorporated By Reference (feb 1998) Vaar 852.211-72 Technical Industry Standards (nov 2018) Vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Vaar 852.247-73 Packing For Domestic Shipment (oct 2018) Solicitation Provisions The Provision At 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024). {end Of Addendum} 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Addendum To Far 52.212-1, The Following Provisions Incorporated Into This Addendum By Reference In Accordance With Far 52.252-1. 52.212-2 Evaluation-commercial Products And Commercial Services (nov2021) 52.212-3 Offeror Representations And Certifications-commercial Products And Commercial Services (sept 2023) 52.216-1 Type Of Contract (april 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) All Quotes Must Be Sent To The Nco 2 At Lorraine.hussain@va.gov. Award Will Be Based In Accordance With The Simplified Acquisition Procedures Of Far 13. The Quotes Will Be Evaluated By Lpta As Well As The Technical Criteria Included In The Sow. The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Submission Of Your Response Shall Be Received Not Later Than February 10, 2025 3:00pm Est At Lorraine.hussain@va.gov. Telephonic Communication Will Not Be Accepted, All And Any Matter Regarding This Combined Synopsis/solicitation Must Be Sent By Email To Lorraine.hussain@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Point Of Contact Lorraine Hussain, Contracting Officer, 585-393-8526, And Lorraine.hussain@va.gov
Closing Date10 Feb 2025
Tender AmountRefer Documents 

City Of Gapan Tender

Food Products
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija City Of Gapan Km.92, Maharlika Highway, Bayanihan, Gapan City - - - - O0o - - - - Bids And Awards Committee Request For Quotation The City Government Of Gapan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Distributors / Contractors To Submit Proposal / Qoutation For The Hereunder Project: Name Of Contract : Supply & Delivery Of Food Products Contract Location : Gapan City Hall, Km.92, Bayanihan, Gapan City Abc : P 369,350.00 (three Hundred Sixty Nine Thousand Nine Hundred Pesos Only) Brief Description : Supply & Delivery Of Food Products For The Used Of City Government Government Of Gapan (office Of The Sangguniang Panlungsod) Contract Duration : 7 Days Source Of Fund : Item No. Qty. Unit Description Unit Cost Amount 1 30 Bxs 3 In 1 Coffee Mix 5,625.00 168,750.00 - 2 30 Bxs Choco 5,625.00 168,750.00 3 35 Bxs Cups 910.00 31,850.00 *****nothing Follows***** 0 Total 369,350.00 All Particulars Relative To Eligibility Statement And Screening, Performance Security, Evaluation Of Proposal And Award Of Contract Shall Be Governed By The Pertinent Provisions Of The Revised R.a. 9184 And Its Implementing Rules And Regulations (irr) The City Government Of Gapan Reserves The Right To Accept Or Reject Any Proposal / Qoutation, Reject All Proposal / Qoutations At Any Time Prior To Contract Award And Assumes No Responsibility Whatsoever To Compensate Of Indemnify Suppliers / Contractors For Any Expense Incurred In The Preparation Of Such Proposal / Qoutations. For Further Information, Please Contact: Mr. Roman P. Baguisa Iii Bac Secretariat Mobile No.: 0916-869-7930 Jose Edwin L. Castillo Bac Chairman
Closing Date30 Jan 2025
Tender AmountPHP 369.3 K (USD 6.2 K)

Ferservizi S P A Societ Con Socio Unico Soggetta Alla Direzione E Coordinamento Di Ferrovie Dello Stato Italiane S P A , In Proprio E In Nome E Per Conto Delle Societ Del Gruppo FSI Indicate Al Punto 2 1 Tender

Services
Others
Italy
Details: Title: Egpa 1161/2024/serv - Affidamento Dei Servizi Assicurativi Inerenti Alla Polizza Vita Dirigenti Per Le Società Del Gruppo Ferrovie Dello Stato Italiane. description: Gara A Procedura Aperta Interamente Gestita Con Sistemi Telematici Per L'affidamento Dei Servizi Assicurativi Inerenti Alla Polizza Vita Dirigenti Per Le Società Del Gruppo Ferrovie Dello Stato Italiane Indetta Da Ferservizi S.p.a. - Società Con Socio Unico Soggetta Alla Direzione E Coordinamento Di Ferrovie Dello Stato Italiane S.p.a. - In Proprio E In Nome E Per Conto Di Ferrovie Dello Stato Italiane S.p.a., Blu Jet S.r.l., Busitalia Campania S.p.a., Busitalia Sita Nord S.r.l., Busitalia Veneto S.p.a., Crew - Cremonesi Workshop S.r.l., F.s.e. - Ferrovie Sud Est E Servizi Automobilistici S.r.l., Fercredit S.p.a., Fondazione Fs Italiane, Fs International S.p.a., Fs Security S.p.a., Fs Sistemi Urbani S.r.l., Fs Technology S.p.a., Fs Treni Turistici Italiani S.r.l., Grandi Stazioni Immobiliare S.p.a., Grandi Stazioni Rail S.p.a., Infrarail S.r.l., Italcertifer S.p.a., Italferr S.p.a., Mercitalia Intermodal S.p.a., Mercitalia Logistics S.p.a., Mercitalia Rail S.r.l., Mercitalia Shunting & Terminal S.r.l., Rete Ferroviaria Italiana S.p.a., Terminali Italia S.r.l., Trenitalia S.p.a., Trenitalia Tper S.c.a.r.l..
Closing Date30 Jan 2025
Tender AmountEUR 1.7 Million (USD 1.8 Million)
9981-9990 of 10000 archived Tenders