Software Tenders
Software Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Nsn 7r-1650-014554490-qe, Tdp Ver 001, Qty 96 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date13 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 2125405y6172m73001 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated 22 May 2024.
it Is Anticipated That A Best Value Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency.
best Value Will Be Evaluated By Who Can Provide The Complete Requirement, Who Meets Our Required Time Frame And By Price.
all Vendors Providing A Quotation Must Either Have An Active Sam.gov Registration Or Provide Proof They Have Submitted Their Entity For Registration.
payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov.
the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order.
the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items:
vendor Information:
entity Name
entity Unique Entity Id
entity Address
entity Poc
entity Phone Number
poc Email Address
vendor Shall Provide:
item 1: Domestic Qawtd - Stuctural Closure Needed For Cgc Hickory
description: Qawtd, Domestic, Steel, 36 Inch X 66 Inch, Left Hand, 10-dog, 9 Inch Fixed Light, 3-hinged, Navsea 805-1400050
part #: B-930812
quantity: 1 Ea
unit Price:
line Total:
estimated Delivery Date:
* Delivery Address And Terms Stated Below. *
* Access To Some Drawings May Be Export-controlled And Require Any Recipient To Be Registered In The Joint Certification Program (jcp) Through Dla To Receive The Drawing.
*any Proposed Substitutions Must Be Accompanied By A Specification Sheet To Undergo Evaluation By The Requiring Officials For Compatibility To The Requirement. *
*all Deliveries Are Required To By 05/28/2025*
** Total Cost Shall Have Delivery And Any Freight Charges Included. **
** Shipping: Fob Destination Required. **
preparation For Delivery
all Material Must Be Shipped To:
uscgc Hickory (wlb 212)
us Naval Activities
victor Wharf, Pier 3
santa Rita, Gu 96915
material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment.
all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided.
material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations.
packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse.
all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped.
all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm.
please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Shellby Hammond At Shellby.m.hammond@uscg.mil.
invoicing In Ipp
it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov.
all Invoices Must Contain The Following Information: Cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable).
to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You.
far Clauses
this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-26 Covered Telecommunications Equipment Or Services-representation.
52.212-1 Instructions To Offerors—commercial Products And Commercial Services.
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services.
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities.
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
Closing Date19 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Nsn 7r-4320-014552588-qe, Tdp Ver 002, Qty 27 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Municipality Of La Trinidad, Benguet Tender
Software and IT Solutions
Philippines
Details: Description 2nd Invitation To Bid For The Procurement Of Ict Equipment For Road-drainage Network Audit And Mapping 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Two Hundred Fifty-six Thousand Pesos (php256,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-12-6392-meo Name Of Project: Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping Project Location: La Trinidad, Benguet Contract Duration: Within 10 Calendar Days From Receipt Of The Notice To Proceed Brief Description: 2 Unit Handheld Gps Specification: - Material: Polymer/silicon/glass - Waterproof - Power Source: Rechargeable Lithium-ion Battery Pack Included - Dimensions: 92x183x33mm - Product Weight: 410g (with Battery Pack) - Inclusions: Lithium-ion Battery Pack, Usb Cable, Documentation - Warranty: 12 Months - Features: Full Qwerty Keyboard, Customer Service Available For Messaging 24/7 2 Unit Laptop - 512 Gb To 1tb Ssd, - Display: 15.6” Full Hd (1920 X 1080), 144hz, Ips - Ram: 32gb Ddr4 - With At Least 7 Core Ultra-processors - Operating System: Windows 11 Pro - With Power Adapter And Cable - Mouse (wireless) With Aa Battery - Built In Webcam, Speaker And Microphone - Wifi And Bluetooth Connect - With Laptop Bag - Has Pre- Installed Basic Software - With 1-year Warranty Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – 30, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 30, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd.) Yoshio P. Labi Bac Chairperson Noted: (sgd.) Romeo K. Salda Head Of The Procuring Entity
Closing Date30 Jan 2025
Tender AmountPHP 256 K (USD 4.3 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Is A Single Source, Combined Synopsis/solicitation.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using The Simplified Acquisition Procedures Found At Far Part 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Both Fedbizopps And Neco (https://www.neco.navy.mil/).
the Naval Supply Systems Command (navsup) Fleet Logistics Center Norfolk (flcn) Pentagon Directorate, Contracting Department, Detachment Philadelphia Hereby Provides Notice Of Its Intent To Award A Firm-fixed-price (ffp) Purchase Order To A Single Source: Vimeo.com, Inc.
(cage: 83xl3), 555 West 18th Street, New York, New York 10011. The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(b), Soliciting From A Single Source.
the Rfq Number Is N0018925qz130.
this Synopsis/solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2005-88 And Dfars Publication Notice 20160607. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
the Naics Code Is 513210 And The Small Business Standard Is $47 Million.
clin 0001: Vimeo Streaming Support - Base (ffp, 1 Unit)
clin 1001: Vimeo Streaming Support - Opt I (ffp, 1 Unit)
clin 2001: Vimeo Streaming Support - Opt Ii (ffp, 1 Unit)
clin 3001: Vimeo Streaming Support - Opt Iii (ffp, 1 Unit)
clin 4001: Vimeo Streaming Support - Opt Iv (ffp, 1 Unit)
this Requirement Is Being Processed On Behalf Of The National Defense University (ndu). The Contractor Shall Provide Vimeo Livestream Business Communication Subscriptions For The Ndu Colleges. The Specific Minimum Characteristics Required By Ndu For The Livestream And Website Content Include The Following:
- 9 Consecutive Streams Of Unique Video And Audio Content
- 6 Studio Encoding Software Licenses,
- 3 Admin Accounts,
- 5 Contributor Accounts,
- 100,000gb Of Bandwidth,
- unlimited Amount Of Video File Storage,
- team Level Analytics,
- enterprise Privacy Of Internal Content,
- onboarding And Account Management Support By Phone And Email.
the Specifications Will Meet The Minimum Needs And Requirements Of The Faculty, Staff, And Students And Of The Ndu Curriculum.
the Subscription Period Will Last For Twelve (12) Months Starting 10 February 2025 And Will Include 4 Options.
additional Information Pertinent To This Posting Is Provided Herein As An Attachment And Includes, But Is Not Limited To, The Following: An Rfq With Line Item Information For Quoting Purposes, Equipment List And A Copy Of All Clauses And Provisions Applicable To This Synopsis/solicitation.
the Proposed Contract Action Is For Commercial Supplies For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1. Interested Parties May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotes.
However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement No Later Than 6 February, 1500 Eastern Standard Time (est).
a Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
all Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency; However, Only Supplies Meeting The Ndu’s Requirements Will Be Considered For Award. The Government Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent.
Only Written Responses Will Be Considered; All Responses From Responsible Sources Will Be Fully Considered. As A Result Of Analyzing Responses To This Notice Of Intent, The Government Shall Determine Whether A Competitive Solicitation Will Be Issued. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) In Order To Be Eligible For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/.
interested Parties Are Encouraged To Furnish Information. No Documents Submitted Will Be Returned. By Submitting Capability Information, The Contractor Is Self-certifying That Neither The Requestor Nor The Principal Corporate Officials And Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency.
this Procurement Is For Electronic And Information Technology (eit).
Effective June 25, 2001, The Federal Government Implemented Section 508 Of The Rehabilitation Act Of 1973, Amendments Of 1998 (29 U.s.c. S 794(d)). Section 508 Requires That The Federal Government Only Acquire Electronic And Information Technology Goods And Services That Provide For Access By Persons With Disabilities. Therefore, To The Extent Supplies And Services Are Available In The Commercial Marketplace, The Contractor Is Required To Meet The Relevant Accessibility Standards Contained In 36 C.f.r. Part 1194 (subpart B). For Further Information See Http://www.section508.gov.
all Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements Listed Above To Contract Specialist Daniel Moore By Email At Daniel.moore3@navy.mil.
The Capability Documentation Should Include General Information And Technical Background Describing In Detail The Prospective Contractor’s Capabilities And Experience That Will Demonstrate The Ability To Support These Requirements.
Closing Date6 Feb 2025
Tender AmountRefer Documents
Misamis Occidental Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Calamba Tel. No. (088) 271-3215 / 271-4730 _______________________________________________ Invitation To Bid For Procurement Of Cbc Machine 1. The Municipality Of Calamba, Misamis Occidental, Through The Gad Fund Intends To Apply The Sum Of Five Hundred Sixty Five Thousand Pesos (p565,000.00) Being The Abc To Payments Under The Contract For Procurement Of Cbc Machine, With The Project Identification Number Lgucal-pb-2025-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item # Description Quantity Unit 1 Cbc Machine 1 Unit Principles (for Wbc, Rbc And Plt Counting) Parameters (21 -parameters:wbc, Lymph #, Mid #, Gran#,lymph %, Mid%, Gran %, Rbc, Hgb,hct,mcv,mchc,rdw-cv,rdw-sd,, Plt, Mpv, Pdw, Pct,p-lcr, P-lcc , 3 Histograms Fir Wbc, Rbc And Plt) Throughput (60 Samples Per Hour) Data Storage Capacity (400,000 Results Including Numeric And Graphical Information) Interface (4 Usb Ports ( For External Printer, Software Upgrade, Barcode Reader , External Wifi And Mouse, Lan Port 1) Dimension And Weight (depth 410 Mm X Width 300 Mm X Height 400 Mm Weight < 20 Kg) Ideal For Pediatrics Sample Volume (prediluted Mode < Ul, Whole Blood Mode < Ul) Additional Requirements: Availability Of A Certified Technician Who Can Provide Troubleshooting Services When Needed And A Commitment To A Monthly Preventive Maintenance And Performance Check Of The Machine To Ensure Its Optimal Functionality. 2. The Municipality Of Calamba, Misamis Occidental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Office Of Bac Secretariat, Local Government Unit, Calamba, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00-12:00 A.m., 1:00-5:00 P.m.) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 17, 2025, From 8:00 Am To 5:00 Pm (mondays To Fridays Only) From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 17, 2025, 2:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 17, 2025, 2:00 P.m. At The Bac Conference Room, Multi-purpose Hall, Calamba, Misamis Occidental. {[if Applicable, Insert] And/or Via [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 10 . The Municipality Of Calamba, Misamis Occidental Reserves The Right To 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 Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jopson D. Baones Chairperson, Bids And Awards Committee Lgu-calamba, Misamis Occidental Tel. No. (088) 271-3215 Email Address-baclgucalambamisocc@gmail.com Fax No. (088) 271-3221 Website:www.calambamisocc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] February 4, 2025 [date Of Issue]
Closing Date17 Feb 2025
Tender AmountPHP 565 K (USD 9.7 K)
Department Of Agriculture Tender
Telecommunication Services
Philippines
Details: Description Request For Quotation For The Procurement Of 3 Lots Internet Roaming Subscription For Satellite Internet Device And 3 Sets Satellite Internet Device… 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of ₱ 375,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 3 Lots Internet Roaming Subscription For Satellite Internet Device And 3 Sets Satellite Internet Device… 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Procurement Of 3 Lots Internet Roaming Subscription For Satellite Internet Device And 3 Sets Satellite Internet Device…with The Following Details: 3 Lots Internet Roaming Subscription For Satellite Internet Device @ 75,000.00/lot Internet Plan: 1 Year (12 Months) Activation Period: April 2025 Until April 2026 3 Sets Satellite Internet Device @ 50,000.00/set Including Intallation And Configuration Specs: Antenna: Electronic Phased Array Field Of View: 110° Orientation: Software Assisted Manual Orienting Weight: 2.9 Kg (6.4 Lb), 3.2 Kg (7 Lb) With Kickstand Environmental Rating: Ip67 Type 4 Wind Speed Operational: 96 Kph+ (60 Mph+) Snow Melt Capability: Up To 40mm / Hour (1.5in / Hour) Operating Temperature: -30°c To 50°c (-22°f To 122°f) "power Consumption Average: 75 - 100 W Wifi Router Product Dimensions: 43.4 X 298.6 X 120.4 Mm (1.7 In X 11.76 In X 4.74 In) Wi-fi Technology: 802.11 A/b/g/n/ac/ax Generation: Wi-fi 6 Radio Tri Band 4 X 4 Mu-mimo Ethernet Ports Two (2) Latching Ethernet Lan Ports With Removable Cover Coverage Up To 297 M² (3,200 Ft²) Operating Temperature: -30°c To 50°c (-22°f To 122°f) Weight: 0.57 Kg (1.25 Lbs) Security: Wpa2 Environmental Rating: Ip56 Rated (water Resistant), Configured For Indoor Use Power Indicator Led | Face Plate, Lower Left Corner Of Router Mesh Compatibility: Compatible With Satellite Device Gen 2 And Gen 3 Mesh Nodes, Up To 3 Satellite Device Devices: Connect Up To 235 Devices Cable 15.2 M (50 Ft) Ac Cable 1.8 M (6 Ft) 3. The Bidder Must Submit Legal Documents Such As Mayor’s Permit, Philgeps Certificate And/or Registration Number. The Office Will Require The Winning Bidder To Submit Income/ Business Tax Return (for Abc ₱ Above 500,000.00) And Omnibus Statement Prior Recommendation Of Award (bac Resolution). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered, Together With The Required Legal Documents Stated At Item Number 3, To The Bac Chairperson Office / Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. Failure To Submit The Said Legal Documents Will Disqualify The Bidder. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Address And Contact Numbers Indicated Below. Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 Telefax No. 032-268-2698 Darfu7@ymail.com / Da7ps@yahoo.com / Da7gs@yahoo.com 7. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 8. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information And Required Documents To Be Submitted , Please Contact : Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date21 Feb 2025
Tender AmountPHP 375 K (USD 6.4 K)
Offizielle Bezeichnung Tender
Software and IT Solutions
Germany
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Piloting a matrix-based communication channel for G2C communication Fitko was founded on January 1, 2020 as a legal entity under public law (aör) jointly sponsored by the federal government and the states in Frankfurt am Main. As a small and agile organization, Fitko forms the operational substructure of the IT Planning Council and supports it organizationally and technically as well as in the performance of its tasks. The FITKO is intended to bundle the federal activities for the digitalization of the administration, be responsible for the coordination and controlling of the projects and products of the IT Planning Council, coordinate the implementation of the Online Access Act (OzG) and further develop the federal IT architecture. The object of the service is the implementation of the project "piloting a messenger communication channel for G2C communication". The project is a project of the Federal IT Architecture Board by resolution of July 12, 2023. The Federal IT Architecture Board supports and advises the IT Planning Council on strategic issues in the development and implementation of IT architecture measures. The board's tasks include, among other things, the initiation of architecture projects and the short-term provision of urgently needed solutions as part of the implementation of the Online Access Act. The Architecture Board also accompanies infrastructure projects with an impact on the federal IT architecture with so-called "project sponsors". The client is planning a proof of concept using an easy-to-use communications solution based on the matrix standard that integrates seamlessly into the existing IT landscape of the public administration. To implement the project, the services to be provided by the contractor as part of the project are defined in the service description. The service description contains detailed information about the scope and quality of the services to be provided by the contractor as a service provider, as well as technical, organizational and temporal framework conditions that must be observed by the contractor when providing the service as part of the service obligation. It also describes which cooperation services the client will provide. The client's goals and the resulting challenges are also described in order to convey a comprehensive picture of the overall project that the contractor must take into account when providing the service. The subject of the service provision is the conception, development and piloting (including quality assurance) of an easy-to-use solution for communication with government agencies, as well as the related IT consulting by the contractor. These services to be provided are remunerated according to expenditure and are provided in an agile approach in close coordination with the client; more detailed regulations on remuneration can be found in this service description, in the contract and in the price list as an appendix to the contract. Piloting a matrix-based communication channel for G2C communication The services to be provided by the contractor are services; (including covert) temporary employment is not intended or desired. Within the initial contract term of 12 months, the client and contractor will jointly develop a functional minimum viable product (mvp) that demonstrates the technical feasibility, functionality, scalability, performance and resilience of the developed solution. The subject of the service is also the operation of a test system. The test system is used to demonstrate the functionality of the developed solution to external stakeholders and to carry out load and performance tests. Provision and operation of the test environment including support and maintenance (especially updates) are remunerated as a flat rate per month, as stated in the price sheet. Integration of the developed communications infrastructure into the productive environments of existing third-party systems is not part of the services to be provided. However, the intention for later productive use should generally be taken into account when designing, developing and piloting the MVP. Part of the service is the integration of the developed communications infrastructure into test environments of existing third-party systems. Operation of a productive environment is not part of the services to be provided. Overview of the partial services to be provided: (1) Conceptual design and consulting services, including: (x) Creation of mockups / click dummies and evaluation of UX concepts. (x) Creation of a solution architecture for the target image described in Chapter 2.5 of the service description, taking into account the framework conditions described in the service description and those to be defined by the client during the course of the project. (x) Creation of a migration concept to support a possible migration from the current technical state to the production of the developed system. The implementation of the migration is not part of the subject matter of the contract. (x) Creation of necessary extensions to the matrix specification (MSCS). (x) Consulting services for piloting the connection of specialist procedures to the developed communication infrastructure. (x) Support of requirements management - software development services, including: (x) Development of an app for mobile access to the created communication infrastructure. (x) Adaptation of an existing web interface for web-based access to the created communication infrastructure. (x) Development of a lightweight demo client to display the activities of specialist authorities. (x) Extension of the client's existing SDKs to support third parties in connecting to the developed communication infrastructure. (x) Extensions to existing SDKs and other components from the Matrix ecosystem. (x) Development or conceptual consideration of a self-service functionality for specialist authorities and operators of online services. (2) Provision of comprehensive documentation for manufacturers of specialist procedures. (3) Provision and operation of a test environment including support and maintenance. (4) Carrying out load and performance tests. Target image: The aim of the project defined in the service description is to test a matrix-based communication infrastructure for bidirectional, process-related application follow-up communication between specialist authorities and applicants. The project places particular focus on the realization of high security requirements (including through the implementation of state-of-the-art end-to-end encryption) and the testing of new approaches to achieving an outstanding user experience.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Municipality Of Sibunag, Guimaras Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-015–, Purchase Of Computer's, Printer's And Ups For Municipality Of Sibunag The Municipality Of Sibunag Through The 2025 Mo-mooe – Other Office Supplies Intends To Apply The Sum Of Six Hundred Fifty-seven Thousand Five Hundred Pesos (657,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-015, Purchase Of Computer's, Printer's And Ups For Municipality Of Sibunag. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-015, Purchase Of Computer's, Printer's And Ups For Municipality Of Sibunag. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Completed, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31 To February 10, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p1,000.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of To Feb-ruary 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of To February 10, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag Reserves The Right To 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purcahse Of Computer’s, Printer’s And Ups For Municipality Of Sibunag Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: February 10, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost 1 Desktop Unit 10 Core 10400 2.9ghz (max 4.3ghz) 12 Mb 65 Lga1200 14nm H510m-k R2.0 2ddr4 M.2 Mother Board (hdmi, Db15) Ld4bu008g-r3200gsxg 8gb Ddr4 3200 Xmp Nm610pro 500gb M.2 2280 Nvme Ssd Mk120 Usb Keyboard + Mouse, Generic Me27m Black Micro Atx Case (700w) K202q B Ii 19.5 " Or Higher Wide Led Monitor 75hz (vga, Hdmi) (oem) Windows 11 Home 64bit (pkc) Office 365 Personal Wifi Ready, With Ups 2 Printer, Print Only 3 Printer 3 In 1 Print Scan Copy 4 Ups 600 Va/360 Volts Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is 2025-015, Purchase Of Computer's, Printer's And Ups For Municipality Of Sibunag A. The Identification Number Of The Contract Is Bid No. 2025-015 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Forty Thousand Two Hundred Sixty Pesos And (40,260.00) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Than Twenty-four Thousand One Hundred Fifty- Six Pesos (24,156.00) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As I.t. Equipt. & Software. 21.2 Additional Contract Documents Relevant To The Project That May Be Required By Existing Law And/or The Procuring Entity.
Closing Date10 Feb 2025
Tender AmountPHP 657.5 K (USD 11.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Statement Of Work
inhale Nitrate Therapy Services
1. Purpose
1.1 The Overall Purpose Is To Provide And Install Psg Channel System, Software And Accessories At South Texas Va Health Care System (stvhcs), Audie Murphy Vamc, 7400 Merton Minter, San Antonio, Tx. 78229.
2. Scope
2.1 The Contractor Shall Provide, Transport, Install, And Test All Listed Equipment. All Products Must Meet All Salient Characteristics Defined In This Section.
2.2 All Equipment And Installation Must Meet Manufacturers And Va Specifications.
2.3 The Contractor Shall Furnish All Supplies, Equipment, Facilities And Services Required For Delivery And Installation Of The Supplies And Equipment.
2.4 The Contractor Is Responsible For Any Missing Parts And Components Not Included In Order To Carry Out The Installation.
period Of Performance: To Establish A Base Year Plus Four Option Years To End In 2029.
required Terms And Conditions, Description Of Services And Pricing Information For Nitric Oxide Therapy Services
the Following Terms And Conditions, Including Exhibit A, Are To Be Incorporated And Attached To All Customer Task Order Documents:
provision And Use And Required Terms And Conditions.
1. Provision Of Therapy. During The Term And Subject To Customer S Compliance With The Terms And Conditions Of This Agreement, Contractor Shall Provide Customer With Use Of Therapy Services, Which Consists Of (a) The Pharmaceutical Drug Nitric Oxide For Inhalation, (b) A Delivery Device Meeting The Criteria For The Administration Of Nitric Oxide Set Forth In The Product Label For Therapy Device (the Delivery Device ), (c) Various Maintenance And Calibration Items, Accessories, And Disposables, All As Described In Further Detail In Exhibit A And (d) Training, Maintenance, Pick-up And Delivery, And Other Services, As Described Herein, Including, Without Limitation, Reimbursement Support Services ((a) Through (d) Collectively. For Purposes Of This Agreement, A Therapy System Shall Include Those Items Listed In Subsections (a) Through (c) Of The Previous Sentence.
2. Warranty Regarding Therapy Systems. Contract Warrants And Implies That The Items Delivered Hereunder Are Merchantable.
3. Maintenance And Related Services. Contractor Shall Provide Maintenance Of Therapy Systems As Needed And As Deemed Necessary. Customer Shall Promptly Notify Contractor In The Event Of Any Malfunction Of Any Therapy System(s) In Customer S Possession Or Control. All Services Provided By Contractor Hereunder Shall Be Performed In A Professional And Workmanlike Manner.
4. Customer Facilities; Inventory Levels. Therapy Is Provided On A Facility-by-facility Basis. Each Facility May Be Provided One Or More Therapy System(s). Contractor Shall Determine, Based On Customer S Requests And Volume Of Use During The Term, The Number Of Therapy Systems Or The Number Of Any Component Of The Therapy System (including, Without Limitation, The Appropriate Number Of Cylinders Of Nitric Oxide To Be Held In Inventory At Each Of Customer S Facilities) That Contractor Is Able To Provide To Customer At Any Given Time.
5. Customer S Use Of Therapy. In Order To Maintain The Proper Operation Of The Therapy System(s) At Customer S Facilities And To Maximize Patient Safety, Customer Shall (a) Use The Therapy System(s) Only With Equipment, Devices, Software, Or Other Items With Which They Have Been Validated As Reflected In The Documentation For The Therapy System(s), (b) Permit Only Qualified Personnel Who Have Received Adequate Training To Administer Therapy, (c) Comply With Such Instructions, Warnings, Documentation, Guidance, Or Other Recommendations As May Be Provided By Contractor, And (d) Not Modify Any Therapy System Without Contractor S Prior Written Consent. Customer Acknowledges And Agrees That Regular Checks Of System(s) Provided To Customer Are Essential To The Continued Proper Operation Of Those Systems. Accordingly, Consistent With Training Provided By Contractor, Customer Shall Perform Routine Monthly System Checks Of The System(s) Located At Customer S Facilities. Customer Acknowledges And Agrees That Customer Shall Be Solely Responsible For Determining, Consistent With Whatever Standards Or Policies To Which Customer S Prescribing Physicians May Be Subject, The Uses And Therapies For Which Customer May Utilize Provided Hereunder.
6. Safety And Training. Customer Acknowledges And Agrees That, As Set Forth In Section 1 Of This Agreement, Therapy Is Comprised Of, Among Other Things, An Fda-approved Pharmaceutical Drug That Is Administered Through The Use Of A Complex, Fda-cleared Electro-mechanical Drug Delivery System. Customer Acknowledges And Agrees That Therapy Is Typically Used In A Critical Care Context, Where The Proper Use And Administration Of Therapy May Be Essential To Maintain Blood Oxygenation In Critically Ill Patients With Pulmonary Hypertension. Customer Further Acknowledges And Agrees That, In Light Of The Multiple Components That Comprise Therapy, The Complex Nature Of Therapy, And The Critical Care Context In Which Therapy Is Used, Contractor Has Implemented A Number Of Measures Intended To Support The Safe And Effective Use Of Therapy And To Reduce User Errors, Including, Without Limitation, (a) A Training Program, Which May Be Provided In-person At Customer S Facilities, Virtually Or Otherwise As Determined By Mallinckrodt And Access To Technical And Customer Support, (b) Access To Contractor S Medical Affairs Professionals For Responding To Medical Inquiries, (c) Access To Other Important Materials (including, Without Limitation, The Operating Manual For The Delivery Device And The Prescribing Information For Therapy, (d) Software-based Diagnostics, Alarm Controls, And Set-up Wizards On The Delivery Device, And (e) Infrared Information Capture Between The Delivery Device And The Cylinder(s) Containing Nitric Oxide To Ensure, Among Other Things, That (i) Expired Drug Product Is Not Inadvertently Administered To Patients, (ii) The Cylinder Connected To The Delivery Device Contains The Correct Concentration Of Drug Product, (iii) Information Relating To The Administration Of Nitric Oxide Is Captured To Assist In The Investigation Of Any Adverse Events, And (iv) To Enable Customer To Capture Information Regarding The Administration Of Therapy In Their Electronic Medical Records.
7. Ownership Of Therapy. Customer Acknowledges And Agrees That Therapy (including, Without Limitation, The Cylinders In Which Nitric Oxide And Related Calibration Gases Are Provided And The Delivery Device(s)), Is And Shall Remain The Sole And Exclusive Property Of Contractor. Title Does Not Pass To Customer To Any Portion Of Therapy Under This Agreement. Customer Shall Provide Contractor With Prompt Physical Access To Therapy Systems In Customer S Possession Or Control Upon Request By Contractor. Customer Shall Not Permit Lien Or Other Encumbrance Of Any Kind On Any Portion Of Therapy Provided To Customer Hereunder. Customer Shall Be Solely Responsible For Loss Of Or Damage To Any Portion Of Therapy System In Customer S Possession Or Control.
8. No Transfer Of Therapy Systems. Other Than Movement Of Therapy Systems Within A Single Customer Facility, Customer Shall Not, Under Any Circumstances, Transfer, Release, Loan, Lease, Or Lend Any Systems Or Any Portions Thereof Provided To Customer By Contractor Without The Prior Written Authorization Of Contractor. Without Limiting The Generality Of The Foregoing, Customer May Not Transfer Any Therapy Systems Delivered To A Particular Customer Facility To Any Other Customer Facility.
9. Return Of Therapy Systems. If Customer S Level Of Use Of Therapy System Does Not Justify Customer S Retention Of All Of Therapy Systems Previously Provided To Customer, Customer Agrees, Upon Request From Contractor, To Make The Therapy Systems Designated By Contractor Available For Pick-up By Contractor Within 10 Days After Contractor S Request. In Addition, Customer Shall Promptly Make Available For Pick-up By Contractor Within 10 Days After Contractor S Request Any Therapy Systems For Which Contractor Has Provided A Replacement.
10. Invoicing, Review And Prompt Payment.
a. Prompt Payment. The Fees Applicable To Customer S Use Of Therapy Are Set Forth In Exhibit A. Customer Shall Promptly Review Each Invoice And Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. If Customer Believes There Is An Issue With An Invoice, Including Quantity (run-ons) Issues, Customer Is To Notify Contractor S Customer Care Center Within 7 Days After Receipt Of The Invoice. If Contractor Has Not Been Notified Of Any Issues Within The Stated Notification Period, The Invoice Shall Be Deemed Correct And Final And Payment Shall Be Due Within 30 Days Of Receipt Of Invoice (552.232-74, Invoice Payments). In Addition To Any Other Remedies That May Be Available To Contractor, Contractor Shall Have The Right To Suspend Its Provision Of Therapy Under This Agreement If Any Invoice Hereunder Is More Than 120 Days Past Due.
b. Review Of Invoices; Adjustments For Run-ons. Contractor Shall Issue Invoices For Customer S Use Of Therapy System In Accordance With 9(a) Above. Customer Shall Promptly Review Each Invoice. If Customer Believes That The Running Total Stated On An Invoice Is Incorrect Due To A Run-on Of A Meter, Customer Shall Notify Contractor On Or Prior To The 15th Calendar Day After The Date Of The Applicable Invoice By Contacting Contractor S Customer Service Center. Contractor May, Upon Reasonable Verification Of The Run-on, Reduce The Running Total By The Actual Number Of Hours Determined By Contractor To Have Been Incorrectly Recorded. If Customer Fails To Notify Contractor That Customer Believes The Running Total Reflected In An Invoice Is Incorrect Within The Time Period Stated Above, The Applicable Invoice Shall Be Deemed Correct And Final.
c. Running Total Of Hours Used. Contractor Shall Maintain A Running Total Of The Hours Of Therapy Consumed By Customer Throughout The Initial Term (the Running Total ). The Running Total Will Be Updated Each Time Contractor Processes A Cylinder Of Nitric Oxide Collected From A Customer Facility And Will Be Included On Each Invoice To Customer.
11. Audit Rights. Contractor Shall Have The Right To Audit Customer S Use, Handling, And Storage Of The Therapy Systems At Customer S Facilities, Subject To Being Granted Access To Such Facilities By Customer And Which Access Shall Not Be Unreasonably Conditioned, Delayed Or Withheld, To Ensure Customer S Compliance With The Terms And Conditions Of This Agreement. Any Such Audit Shall Be Performed With Reasonable Notice And Conducted During Normal Business Hours And Provided That Any Records Reviewed By Contractor Shall Be Held In Confidence.
12. Compliance With Laws. During The Term Of This Agreement, The Parties Shall Comply With All Federal Laws And Regulations Applicable To The Performance Of Their Respective Duties Hereunder, Including, Without Limitation, The Provisions Contained Within Or Promulgated Pursuant To The Federal Food, Drug And Cosmetic Act, As Amended By The Medical Device Amendments, 21 U.s.c. § 301, Et Seq., And The Safe Harbor Provisions Published At 42 C.f.r. § 1001.952(h) Pursuant To The Federal Anti-kickback Statute, 42. U.s.c. § 1320a-7b.
13. Upon Termination. Within Five Business Days After The Expiration Or Earlier Termination Of The Order Document, Customer Shall Make Available For Pickup By Contractor All Therapy Systems Then In Customer S Possession Or Control. After All Therapy Systems Have Been Returned To Contractor, Contractor Shall Issue A Final Invoice For Therapy System Used By Customer But Not Previously Invoiced.
14. Limitations Of Liability; Disclaimer Of Additional Warranties. Except As Expressly Provided Herein, Contractor Does Not Make Any Warranties Of Any Kind, Express, Statutory, Or Implied. No Oral Or Written Information Or Advice Given By An Employee Or Representative Of Contractor Shall Create A Warranty For Any Products. Furthermore, The Contractor Will Not Be Liable To The Government In A Breach Of Warranty Action For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. The Government S Sole Remedy In A Breach Of Warranty Action Shall Be Refund Of The Product Purchase Price And/or Replacement Of The Product.
therapy Services Description Of Services Information
the Following Terms And Conditions, Including Attachment 1, Are To Be Incorporated And Attached To All Customer Task Order Documents:
provision Of Therapy To Customer Contractor S Provision Of Therapy To Customer Is Expressly Made Conditional On The Terms And Conditions Of Authorized Price List With Approved Terms And Conditions (the Agreement ). The Terms Of The Agreement Supersede Any Conflicting Or Inconsistent Provisions In Customer S Contract Document(s).
ordering And Information: For All Orders And Delivery Information, Please Call Customer Care Department.
description Of Services - Item/service Therapy Services - Consists Of (a) The Pharmaceutical Drug Nitric Oxide For Inhalation, (b) A Delivery Device Meeting The Criteria For The Administration Of Nitric Oxide Set Forth In The Product Label For The Delivery Device ), (c) Various Maintenance And Calibration Items, Accessories, And Disposables, And (d) Training, Support, Maintenance, Pick-up And Delivery, And Other Services, All As Described In Further Detail Below ((a) Through (d) Collectively. For Purposes Of This Agreement, A Therapy System Shall Include Those Items Listed In Subsections (a) Through (c) Of The Previous Sentence.
nitric Oxide For Inhalation Portable Aluminum Cylinders:
size 88, 1963 Liters @ Stp Of Nitric Oxide Gas, 800ppm Concentration
size D, 353 Liters @ Stp Of Nitric Oxide Gas, 800ppm Concentration
use Of Delivery Device Meeting The Criteria For The Administration Of Nitric Oxide Set Forth In The Product Label For
purified Calibration Gases For Calibrating The Delivery Device(s)
disposables, Adaptors, Parts, And Accessories
test Gas Program & Monthly System Check-out Kits
information System Officer, Information Protection:â The Contractor Will Not Have Access To Va Desktop Computers They Will Not Have Access To Online Resources Belonging To The Government.
3.â â â â â â â â â â â Privacy Officer:â The Contractor Will Not Have Access To Protected Patient Health Information (phi) Nor Will They Have Capability Of Accessing Patient Information During The Services Provided To The Va And If Removal Of Equipment From The Va Is Required, Any Memory Storage Device Will Remain In Va Control And Will Not Be Removed From Va Custody.â All Research Data Available For Contractor Analysis Is De-identified.
4.â â â â â â â â â â â Records Manager:â
a.â â â â â â â â â â â Citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228.
b.â â â â â â â â â â â Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest.
c.â â â â â â â â â â â â Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records.
d.â â â â â â â â â â â Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act.
e.â â â â â â â â â â â Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract.
f.â â â â â â â â â â â â The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract.
g.â â â â â â â â â â â The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.
h.â â â â â â â â â â â Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].
i.â â â â â â â â â â â â â No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
j.â â â â â â â â â â â â Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date22 Jan 2025
Tender AmountRefer Documents
8781-8790 of 9262 archived Tenders