Software Tenders
Software Tenders
Universit T Z Rich Assetmanagement Tender
Services
Others
Switzerland
Description: Switzerland – Software Programming And Consultancy Services – Rahmenvertrag Applikationsentwicklung
Closing Date5 May 2025
Tender AmountRefer Documents
Department Of Sports, Arts & Culture Tender
Software and IT Solutions
South Africa
Description: Software Licenses From Adobe For The Adobe Creative Cloud All Apps Package.
Closing Soon13 Mar 2025
Tender AmountRefer Documents
NHLS Tender
Laboratory Equipment and Services
South Africa
Description: Supply, Delivery, Installation And Commissioning Of A Bench-top Hplc System Consisting Of A Quaternary Pump, Degasser, Auto-sampler, Column Compartment, Diode Array Detector, Ups And A Workstation With Chromatographic Software Including Service And Mainte
Closing Date21 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: This Is Not A Request For Either A Quote Or Proposal, Or An Invitation For Bid. The Intent Of This Pre-solicitation Synopsis Is To Notify Potentials Of A Facility Support, Firm Fixed Price (ffp)/indefinite Delivery/indefinite Quantity (idiq), Performance-based Contract With Recurring And Non-recurring Services To Provide Range Maintenance Support At Camp Lejeune.general Work Requirements: The Contractor Shall Provide All Labor, Management, Supervision, Tools, Material, And Equipment Required To:0800000 C ? Range Maintenancethe Intent Of 0800000 Includes, But Is Not Limited To:range Maintenance To Ensure All Training Facilities, Training Areas, Training Sites, Training Systems, Administrative Landing Zones (alzs), Tactical Landing Zones (tlzs), Splash Points, And Live Firing Ranges Remain In An Optimal Operational, Ready For Training (rft) And Usable Condition. The Specified Requirements For Range Maintenance Shall Consist Of The Contractor Providing All Maintenance, Repair, Replacement, And Minor Construction To Include The Following:-facility Investment-grounds Maintenance And Repair-secondary Road Maintenance And Repair-tactical Landing Zone/ Gun Position Erosion Maintenance And Repair-dust Suppression-sand Delivery-environmental Lead Cleaning/lead Removal-bullet Trap Maintenance And Repair-electronics And Electrical Maintenance And Repair-material Purchase-pest Controlthe Work Identified Is To Be Provided By Means Of A Facility Support, Firm-fixed Price (ffp)/indefinite Delivery, Indefinite Quantity (idiq) Contract With Recurring And Non-recurring Work. Source Selection Procedures Will Be Used To Select The Proposal That Provides The Best Value To The Government. Offerors Will Be Evaluated Using The Tradeoff Analysis Method. Award Will Be Made To The Offeror Whose Total Price And Technical Proposal Offers The Best Value To The Government. The Solicitation And Resulting Contract Award Will Be A Performance-based Service Acquisition Made To The Responsible Offeror Whose Proposal, Conforming To The Request For Proposals (rfp), Will Be Advantageous To The Government Price And Other Evaluation Factors Considered. The Offeror?s Proposal Shall Contain A Response To Each Of The Evaluation Factors And Shall Be In The Form Prescribed By The Solicitation. The Solicitation Requires The Evaluation Of Price And The Following Non-price Factors: Factor 1 ? Technical/management Approach, Factor 2 ? Corporate Experience, Factor 3 ? Safety And Factor 4 ? Past Performance.note: Factor 2, Corporate Experience, And Factor 4, Past Performance: The Offeror Shall Submit Relevant Contracts That Are Similar In Size And Scope/complexity To The Solicitation. A Relevant Contract Is Further Defined As Follows: size: A Contract With A Yearly Value Of At Least $2,300,000 For Recurring Services. Scope/complexity: Offeror Must Have Provided All Labor, Supervision, Management, Tools, Materials, Equipment, Facilities, Transportation, Incidental Engineering, And Other Items Necessary To Provide Range Maintenance Services As Described In The Performance Work Statement (pws); Such As Responding Simultaneously To Requirements For Several Customers Or Installations.offers Shall Be Submitted For The Performance Of Work For A Base Period Of One Year. However, The Initial Term Of The Contract May Be Awarded For A Period Of Less Than One Year. This Contract Will Include A 30-day Phase-in Period. The Government Will Have The Unilateral Right To Exercise Option Periods As Required. The Contract Is Intended To Be For A One-year Base Period With Four (4), One-year Option Periods And One (1) Up To Six-month Option Period, Which Cumulatively, Will Not Exceed Sixty-six (66) Months.the Proposed Procurement Will Be Issued As A Navfac Mid-atlantic Electronic Contract With Online Ordering Capability Using Fedmall For The Non-recurring Exhibit Line Item Numbers (elins). Acceptance Of Government Purchase Credit Cards Is Required Along With The Purchase Of Fedmall Encrypted Software. The North American Classification System (naics) For This Procurement Is 561210; The Size Standard Is $47.0 Million.the Proposed Procurement Listed Here Will Be A Competitive, Total Small Business Set-aside Procurement. The Rfp Will Be Made Available In Electronic Format Only (adobe Acrobat (.pdf)) And Will Be Posted On Contract Opportunities On The Sam.gov Website Around 18 March 2025. The Estimated Proposal Due Date Will Be 30 Days After The Rfp Is Posted. (once The Rfp Is Posted, Any Technical Inquiries Must Be Submitted In Writing Via Email To Krystal Goodman, (krystal.goodman@navy.mil) No Later Than 10 Days Prior To The Rfp Due Date.) The Sam Site Address Is Https://sam.gov. Notifications Of Any Updates Or Amendments To The Solicitation Will Be Posted On The Website Only. Contractors Are Encouraged To Register On The Sam Website. Only Registered Contractors Will Be Notified By E-mail When Amendments To The Solicitation Are Issued. It Is The Sole Responisbility Of The Offeror To Continually View The Website For Changes. All Prospective Contractors Are Required To Register In The System For Award Management (sam) Database. Failure To Have An Active Registration In The Sam Database At Time Of Proposal Submission Will Make An Offeror Ineligible For Award. Sam Registration Shall Be Maintained Until Time Of Award, During Performance And Through Final Payment. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At Https://sam.gov/.this Contract Is A New Requirement.
Closing Soon17 Mar 2025
Tender AmountRefer Documents
Quality Council For Trades And Occupations Tender
Civil And Construction...+1Civil Works Others
South Africa
Description: Contracting Of Service Provider For Providing Zotero Reference Management Software Licenses
Closing Soon18 Mar 2025
Tender AmountRefer Documents
DEFENSE HEALTH AGENCY DHA USA Tender
Others
United States
Details: This Is A Notice Of Intent To Award A Sole Source Contract And Is Not A Request Of Competitive Proposals.
the U.s. Army Medical Research Acquisition Activity (usamraa) In Support Of The Defense Centers For Public Health- Aberdeen (dcph-a), Intends To Award On A Sole Source Basis, In Accordance With Far 13.106-1(b)(1), With Ags Scientific, Inc. (ags) 2010 E. Villa Maria Road Ste C, Bryan, Texas 77802 The Only Responsible Source That Can Perform The Maintenance And Repair On Nippon Instruments Models Ra-4500 And Ra-4501. This Acquisition Is Being Conducted Under Far Part 13 Simplified Acquisition Procedures. Provisions And Clauses In Effect Through Federal Acquisition Circular 2023-06 Are Incorporated.
dcph-a Intends To Procure A Firm-fixed Price, For A Twelve-month Base Period And 4 Twelve-month Options Periods For A Total Contract Duration Of Sixty-months, For Services To Two Currently Utilized Nippon Instruments. Ags Will Provide The Following Services:
unlimited Technical/analytical Phone Support
annual Preventative Maintenance/recertification Service
unlimited Onsite Repair Services
applicable Software Upgrades
ags Scientific Is The Proprietary Service Provider For Ags Instruments. Since 2003 Ags Scientific, Inc. Is The Sole Provider In North America Of All Products, Customer Support, And Service Contracts For All Mercury Analyzers Manufactured By Nippon Instruments Corporation – Japan. There Are No Other Affiliates In North America That Have Been Given The Authority To Provide And/or Support Nic’s Products In This Region.
far 13.104 States, "the Contracting Officer Must Promote Competition To The Maximum Extent Practicable To Obtain Supplies And Services From The Source Whose Offer Is The Most Advantageous To The Government, Considering The Administrative Cost Of The Purchase.” Based On The Market Research Results, The Contracting Officer Has Determined That It Is Not Practicable To Obtain Competition For This Requirement. Savings Typically Associated With Competition Would Not Result In Any Value To The Government For This Requirement Because Switching To Any Other System Will Result In Significant Additional Expenses To The Government As Well As A Lengthy Retesting Period.
this Announcement Fulfills The Synopsis Requirements Under Far 5.203. This Notice Of Intent Is Not A Request For Competitive Proposals Or Quotes. Information Received In Response To This Notice Will Be Considered Solely For The Purpose Of Determining Whether A Competitive Procurement Is In The Best Interest Of The Government.
interested Concerns Must Submit Their Capability Statement In Writing To The Email Address Listed Below By The Listed Due Date And Time. Submissions That Request Documentation Or Request Additional Information Or That Only Ask Questions Will Not Be Considered Affirmative Responses And Will Not Be Considered Valid. Responses Not Considered Valid Will Not Be Evaluated Further.
if No Written Responses Are Received By The Date Listed Below, Which Reflects At Least 10 Days After The Publication Of This Notice, The Contract Will Be Issued As Sole Source.
all Questions And Responses Concerning This Notice Shall Be Emailed To The Contract Specialist, Tiffany Heath, At Tiffany.n.heath3.civ@health.mil.
submissions Shall Be Received No Later Than 10:00 Am Est, 20 March, 2025.
Closing Soon20 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: This Is An Intent To Sole Source Notice Only.
this Is An Intent To Sole Source Notice For Commercial Items Prepared In Accordance With Far
subpart 5.2, Synopses Of Proposed Contract Actions. This Announcement Constitutes The Only
notice Of Intent To Sole Source And Synopsis Of Proposed Action.
the Department Of Veterans Affairs, Vha, Network Contracting Office (nco) 15 Intends To
negotiate/award A Sole-source Contract To Scriptpro Usa Inc. Due To The Proprietary Nature Of The Equipment/service. The Contract Will Be A Firm Fixed Award. The Statutory Authority For This Noncompetitive Acquisition Is Far 13.106- 1(b) As Implemented By Far 6.302-1.
the North American Industrial Classification System (naics) Code For This Procurement Is
339112, And The Fsc/psc Is 6515. The Department Of Veterans Affairs Intends To Solicit And
award An Open Market Sole Source Firm Fixed Award For Eyecon Dispensing System And Eyecon Interface Controllers With Installation And Monthly Subscription Of Scriptpro Software Support For One (1) Year For The Marion Va Medical Center, Located In Marion, Illinois 62959, And The Evansville Health Care Center, Located In Evansville, Indiana 47715.
this Notice Is Not A Request For Competitive Proposals Or Quotations. A
solicitation Will Not Be Posted.
this Acquisition Is To Procure Two Additional Eyecon Model 9430 With Calibration, And Installation. The New Tablet Counting Units Must Support Interfacing With Scriptpro To Maintain The Existing Workflow And Practices Currently Utilized. This Requirement Is An Add-on To The Current Contract. Scriptpro Is Currently Operational On The Network. National Baa For Scriptpro Is Already In Place. Licenses For Existing Approved Network Devices/equipment In Place (already Purchased) On Station.
The Vamcs Are Utilizing Eyecon Tablet Counters, A Medical Dispensing Robot, As Part Of The Outpatient Pharmacy Prescription Filling Workflow To Increase Accuracy And Efficiency In Dispensing Prescriptions. This Is A 200-unit System Allowing For Counting, Verifying, And Dispensing Prescriptions, That Has Additional Functioning Units That, Also, Integrate With The Machine (eyecon Included). Scriptpro And Eyecon Have Teamed Up To Integrate Sp Central Workflow, Sp Central Pharmacy, And Sp Robotic Systems With The Eyecon Tablet/capsule Counting Device. Only Eyecon Can Be Used Due To Its Compatibility With The Current Scriptpro Equipment And Software.
interested Persons May Identify Their Interest And Capability By Responding To This Requirement Via Email To Erika.kobulnicky@va.gov By 10:00 Am Cst March 9, 2025. All Responses Received By The Closing Date Specified Herein Will Be Considered By The Government, Any Response To This Notice Must Show Clear And Convincing Evidence And Provide An Authorization Service Letter From Scriptpro The Sole Source Service Provider For Maintenance/updates, Or Modifications And Upgrades To Their Systems And An Authorized Distributor Letter From Avery Weigh-tronix The Original Equipment Manufacturer (oem) Of The Eyecon Product Line By The Required Date. However, A Determination By The Government To Not Compete Is Solely Within The Discretion Of The Government.
Closing Soon13 Mar 2025
Tender AmountRefer Documents
Gemeente Rijswijk Tender
Services
Software and IT Solutions
Netherlands
Description: Netherlands – Software Supply Services – Her-aanbesteding Ea Software Broker
Closing Date24 Apr 2025
Tender AmountEUR 23.7 Million (USD 25.5 Million)
1691-1700 of 5666 active Tenders