Software Tenders
Software Tenders
Department Of Human Settlements And Urban Development - DHSUD Tender
Software and IT Solutions
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 349.3 K (USD 5.9 K)
Details: Description Request For Quotation Rfq-dhsudncr-25-010 Supply And Delivery Of Seven (7) Units Desktop Computers Pursuant To Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Department Of Human Settlements And Urban Development (dhsud) - Ncr Would Like To Invite Your Company To Submit Quote Or Proposal For The Supply And Delivery Of Seven (7) Units Desktop Computers The Approved Budget For The Contract (abc) Is Three Hundred Forty Nine Thousand Three Hundred Pesos (p 349,300.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. The Technical Specifications For The Said Procurement Items Are As Follows: Unit Item Description Quantity Desktop Computer Specification: Equivalent Or Higher Processor:13th Gen Or Higher Intel Core I5 Or Amd Ryzen 5 Processors (built-in-gpu) Memory: 16gb Internal Drive: 500 Gb Ssd + 1 Tb Hdd Wireless Lan: Yes Ethernet Technology: Gigabit Ethernet Bluetooth: Yes Bluetooth Standard: Bluetooth 5.0 Hdmi: Yes Displayport: Yes Number Of Usb 2.0 Ports: 4 Number Of Usb 3.1. Gen 1 Ports: 3 Vga: Yes Audio Line Out: Yes Headphone Jack: Yes Pointing Device Type: Usb Optical Mouse Keyboard Included: Yes Keyboard Type: Usb Keyboard With Numeric Keypad Monitor: 19 Inches Green Compliant: Yes Bundled Software: Legitimate Windows 11 Pro 64bit Legitimate Microsoft Office Home And Student 2021 Warranty On Parts And Services: At Least 1 Year From The Date Of Delivery Warranty: A) 7-days Replacement Guarantee For Defective Units. B) At Least One (1) Year Warranty On Parts. C) At Least Three (3) Years Warranty On Service. D) Available Service Center Within Metro Manila. Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Either Telephone Call, Email Or Site Visit Terms And Conditions: 1. Bidders Shall Submit Sample Fabric Swatches And Sample/s Of Goods/items Being Offered, Subject For Approval Of The End-user Units; 2. Delivery Of Goods/items Shall Be Within Fifteen (15) To Thirty (30) Calendar Days Upon Receipt Of The Approved Purchase Order. 3. Interested Bidders Must Submit An E-copy Of The Documentary Requirements Listed Below Along With The Proposal/quotation; 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable; 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected; 6. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Bid, The Department Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005; 7. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications; 8. The Department Shall Have The Right To Inspect The Item/s To Check Its Conformity With The Required Minimum Technical Specifications; 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dhsud-ncr May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It; 10. Payment Shall Be Processed Within 15 To 30 Working Days After Inspection And Acceptance Of Goods And Services, And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Bidder’s Account; 11. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development-ncr (dhsud - Ncr) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Or Or Si. Supporting Documents: 1. Philgeps Registration Number / Certificate Of Philgeps Membership; 2. Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) 3. Bir 2303 Certificate Of Registration. 4. Tax Clearance 5. Signed Omnibus Sworn Statement (oss) Note: Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. Supporting Documents To Be Attached In The Notarized Oss (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable 6. Latest Income/business Tax Return Instructions: 1. Accomplish This Reply Slip Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements, On Or Before 10:00 Am, 22 January 2025 Through Personal Delivery, And In A Sealed Envelope, To Administrative And Finance Division – Procurement Unit Located At The 5th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Jay.cariaga@dhsud.gov.ph The Dhsud - Ncr Bids And Awards Committee (bac), Through The Concerned End Unit And The Bac Secretariat Will Recommend The Award Of The Contract To The Dhsud - Ncr Head Of The Procuring Entity (hope) Of A Bidder With The Single/lowest Calculated Responsive Bid (scrb/lcrb) Pursuant To Section 37.1.1 Of The 2016 Revised Irr Of Ra 9184. The Dhsud - Ncr Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s, And To Accept Only The Offer That Is Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184. For More Details, Please Email Us Or Contact Mr. Jay Michael R. Cariaga At Cellphone Number +639771041795. (original Signed) Maria Remelyn Sanchez Officer-in-charge, Administrative And Finance Division
Rizal Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 560 K (USD 9.5 K)
Details: Description Request For Quotation Rfq No. 2025-053 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 28 January 2025. Name Of Project: Supply And Delivery Of Vein Viewer/ Vein Scanner Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Five Hundred Sixty Thousand Pesos (php560,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 Vein Viewer/ Vein Scanner A. Technical Specification Standard Brightness: With 6 Lumens Dimension: At Least 11” X 4” X 1.5” Weight: At Least 1.5 Lbs. (0.7 Kg) S-mount C-clamp: 0.5” (13 Mm) To 2.5” (64mm) S-mount Super Clamp: Max 1.3” (32mm) Flat Surface; 0.5” (13mm) To 2.1” (53 Mm) Round Surface S-mount Maximum Extension: Vertical - 19.6” (49.8 Cm) Horizontal - 25.6” (65 Cm) Durability: Drop Tested Per Iec/ul 60601-1 Power Source: Fast Swap Lithium Ion Battery Or Ac (outlet) Power: 100 - 240 Vac Power Cord: Ac Power Adapter Provided; Input: 9-12vdc,2a Battery Charger: Input: 9-12vdc,2a Battery: 2 Cell Lithium Ion Rechargable Battery 2 Hours Continuous Run Time 3-4 Hours Charging Imaging/focal Distance:12” (30cm), Meets With Ast Recommendations For Safe Distance From The Sterile Field Ir Wavelength, Peak: Approximately 850nm Visible Wavelength, Peak: Approximately 530nm Ratings: 9v Dc, 1.1a Maximum Voltage Requirements: 100-240 Vac, 1.3-0,7a, 50-60hz Duty Cycle: Continuous Operating Temperature: +60°f To 86°f (+16°c To +30°c) Storage Temperature: -10°f To 140°f (-23°c To + 60°c) Humidity (storage And Operating): 10% To 90%; Non-condensing Atmospheric Pressure (storage And Operating): 700hpa - 1,060 Hpa Emission: Vein Viewer Has Been Tested To And Complies With Iec 60601-1-2 Standard For Electromagnetic Compatibility (emc) And For Radiated And Conducted Emissions. Emc Classified: B Regulatory Classified: Fda Class 1 Exempt B. Accessories • 2 Fast-swap Rechargeable Lithium Ion Battery • Battery Charger - Can Be Powered Via Ac Power Or Car Charger (optional) • Ac Power Cord - To Be Plugged Into An Outlet • 2 S-mounts • 2 Clamps - Super Clamp: The Super Clamp Is Provided To Allow Mounting To A At Surface As Well As Alternate Round Or Square Surfaces Such As A Bed Rail Or Iv Pole - C-clamp: The C-clamp Is Provided To Attach Veinviewer Flex To Flat Surface Such As A Table Or Countertop • Power Adaptor • Nylon Storage Case: For Convenient Storage Of Flex Unit • Usb Cable: For Connection To Veinviewer Connect To Pc Software 1 Unit 560,000.00 560,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Income/business Tax Return D) Valid License To Operate Issued By Philippines Food And Drug Administration E) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification. F) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: 5. Warranty: Two (2) Years On Parts And Labor. 6. Product Description/ Brochure. 7. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: This Requirement Is Advertised As Sole Source. The Notice Is Published For Information Purposes Only And Is Not A Request For Competitive Proposals. This Acquisition Is Being Pursued On A Sole Source Basis Under The Statutory Authority Of Title 10, U.s.c. Section 2304(c) (1), As Implemented By Federal Acquisition Regulation (far) 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." A Determination By The Government Not To Compete This Effort Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received. this Announcement Constitutes The Only Solicitation, And A Written Solicitation Will Not Be Issued. The Government Will Consider Other Bids. This Requirement Is Being Synopsized As A Small Business Set Aside Under The North American Industry Classification System (naics) Code 334515, And Psc Code 5840. ****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. **** the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Viasat, Inc., 1725 Breckinridge Plz, Duluth, Georgia 30096-8982. the Contractor Shall Provide: one (1) 4100+ Antenna Control Unit. please See Attached Statement Of Work For Specifications. the Anticipated Delivery Is On Or Before Twenty-six (26) Weeks After Receipt Of The Order (aro). delivery Address: naval Air Warfare Center Aircraft Division - Atlantic Test Range attn: Ron Swann / Tim Sartori 23013 Cedar Point Rd., Bldg 2118 patuxent River, Md 20670 this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability. shipping Charges: Fob Destination. 20670. contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670 technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference. 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause-- covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)-- (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use- (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause). quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.mil. please Provide The Following Information With Your Quote: cage Code: uei #: payment Terms Of Net 30. pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List. if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential. if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.) estimated Delivery Date Or Period Of Performance: invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought For A Potential Supply Chain Management Contract For J85 Engine Support solicitation Number: To Be Advised At Time Of Issuance disclaimer: The Government Does Not Intend To Award A Contract On The Basis Of This sources Sought Notice Or To Otherwise Pay For The Information Solicited. this Sources Sought Notice Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. The Government Requires That Only Non-proprietary Information Be Submitted In Response To This Sources Sought Notice. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For The Use Of Any Proprietary Information Submitted. Responses To The Sources Sought Notice Will Not Be Returned. The Responses To This Notice Are Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract. The Government Reserves The Right To Reject, In Whole Or In Part, Any Contractor's Input Resulting From This Sources Sought Notice. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice. purpose: This Sources Sought Notice Is Issued As A Means Of Conducting Market Research To Determine If Other Companies, Besides General Electric (ge), Are Capable Of Developing A Proprietary Forecasting And Analysis Tool To Include Supply Chain Management Consisting Of Supply Support, Demand/planning Forecasting, Material Management, Engineering Support And Sustainment Elements, Packaging, Storage/warehousing, Reliability Improvements, And Field Customer Service/engineering Support Of The J85 Engine Manufactured By Ge, And The Associated J85 Bill Of Materials (bom) Of 5,736 Dla-managed Consumable Parts And Usaf-managed Depot Level Reparable (dlr) Parts To Support United States Air Force (usaf) Customers. Attachment 1 Represents The J85 Bom Of 5,736 Parts That Align With The Scope Of The Proposed Sole Source Contract For The Proprietary Forecasting And Analysis Tool. The J85 Engine Powers The T-38a/c Talon Dual Engine Aircraft, The Training Workhorse For The Us Government And Its Allies. the Proposed Contract Action Is For Pbl Support For Which The Government Intends To Solicit And Negotiate With Only One Source Under Authority Of Far 6.302-1. The Contract Is Anticipated To Be A 5-year Requirements-type, Firm Fixed Price Contract. Interested Parties May Identify Their Interest And Capability To Support The Objectives By Responding To This Notice. All Responses Received By The Notice Response Date Will Be Considered By The Government. A Decision By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received In Response To This Notice Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. This Notice Is For Information And Planning Purposes Only And Does Not Constitute A Solicitation Or Commitment By The Government. objectives: The Overarching Objectives Of This Acquisition Are To Decrease J85 Engine Repair Delays Due To Outstanding Consumable Requirements And Fill Requisitions Within Material Availability Priorities By Emphasizing Improvement Of Lead Times. In Order To Meet These Objectives, The Contractor Must Have The Ability To Cleanse And Analyze The Entire J85 Bom To Identify Items That Pose A Challenge To Meeting Lead Times, Analyze Drawings For Any/all Items To Determine If Updates Are Required, Identify Sources In The Supply Base To Build The Items As Well As Identify Any Tooling Needed, Drive Changes Into The Weapons System Configuration, And Understand, Analyze, And Assess The Implications-both In Terms Of Performance And Operational Usage-of Any Potential Configuration Change. In Addition, The Contractor Will Be Required To Make Recommendations For Engineering Change Proposals (ecps) Along With Being Responsible For Obsolescence Management And Mitigating Diminishing Manufacturing Source (dmsms) Challenges For The J85 Bom. the Contractor Must Have The Ability To Perform An In-depth National Stock Number (nsn) Analysis Of The J85 Bom To Identify Potential Sourcing And Tooling Issues, Processes, Engineering Stability, Executability, And Build The J85 Nsn Population. The Contractor Must Have The Ability To Perform A Tooling Availability, Location, Condition Assessment, And Provide A Recommended Tooling Solution If Required, For Each Nsn. The Contractor Must Have The Ability To Identify/ Develop/ Update Technical Data Packages (tdp) & Build To Packages (btp) For Each Nsn. In Addition, The Contractor Must Have The Ability To Identify/develop And Warm The Supply Chain On All Nsns With The Goal To Ensure The Supply Chain Is Ready To Respond Once An Order Is Placed. The Contractor Will Combine Current Usage Data, Replacement Factors And Their Nsn Analysis, Forecast, And Make Recommendations (buy Time/quantity) To Dla On Nsns. performance Metrics Associated With This Acquisition May Be Tied To Material Availability Improvements As Well As Reliability Improvements And Backorder Management. The Contract Will Allow For An Expansion Of Support Based On Developing And Evolving J85 Engine Requirements From Dla And/or Usaf. The Material List Is Attached As Part Of This Sources Sought. However, The List May Increase Based On The Results Of The Bom Analysis. responses: The Government Requires That Only Non-proprietary Information Be Submitted In Response To This Sources Sought Notice. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For The Use Of Any Proprietary Information Submitted. 1. Responses Are Required By No Later Than February 18, 2025. 2. Reponses Must Include The Following Information: a. Company Name b. Address c. Cage Code d. Point Of Contact e. Phone f. Email g. Web Page Url, If Available h. Small Business Type Or Category You Represent, If Applicable. i. Identify As A U.s. Or Foreign Owned Entity j. Indicate Whether Your Interest Is A Prime Contractor Or As A Subcontractor 3. Respondents Must Address: a. Their Capability To Satisfy All Objectives Listed Above, To Include A Description Of The Extent And Content Of Prior Sources Sought For A Potential Supply Chain Management Contract For J85 Engine Support Experience On Pbl Efforts That Are Similar In Nature And Scope And, b. Their Experience With The J85 Engine. c. Their Access To Engineering And Logistics Data For The J85 Engine. d. Their Transition And Implementation Actions And Timeframes To Successfully Execute The Anticipated Requirements Of This Acquisition. e. Willingness To Provide Upfront Pricing For Full Term Of Contract submission Of Information: Responses To This Sources Sought Notice Must Be Readable By Microsoft office Or Adobe Software. Responses This Sources Sought Notice Shall Be Unclassified And Not Exceed 20 Pages In Length. please Note: Emails Containing File Types Such As .zip, .xlsx, Docx, Or Other Macro-enabled Extension, May Not Be Delivered To The Intended Recipient. All Responses And Questions Under This Sources Sought Notice Must Be Transmitted Electronically To Andrew Alverson At Andrew.alverson@dla.mil. prior To The Response Date, If Necessary, Potential Respondents May Request Clarification By Email. Significant Responses To A Potential Respondent's Request For Clarification Will Be Posted To Sam.gov Under This Sources Sought Notice.
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: Section I: Description & Background the Cornerstone Of The Protected Tactical Satellite Communication (satcom) (pts) System Is A New, More Resilient Protected Tactical Waveform (ptw), Which Is The Enabler For The Protected Anti-jam Tactical Satcom (pats) Concept Of Operations. Ptw Is A Waveform Designed To Mitigate The Effects Of Jamming For Tactical Communication Services That Require Medium And High Data Rates. The Us Military Will Be Migrating To Ptw To Ensure Delivery Of High Capacity Protected Tactical Satcom To The Joint And Coalition Warfighters In Contested, Degraded Environments. the Space Hub Integrated End Cryptographic Unit (ecu) Leading Edge Development (shield) For Protected Tactical Satcom – Rapid Prototypes (pts-rp) Are Currently Being Developed By L3harris And Have Delivered All The Ecus As Of 27 November 2024. The Shield Ii Program Will Develop, Test, And Deliver To The Government, Ecus For The Protected Tactical Satcom Family Of Systems. The Anticipated Award Of The Shield Contract Is Q4 Of Fy25 And Must Incorporate With “off-the-shelf” Or “in-development” Ptw Capability Ecu. The Ptw Ecu Is A Highly Specialized, Wideband Device That Generates Keystreams Required For Secure Communication, Enabling Hopping, Time Permutation, Symbol Rotation, And Coverage, Proving The Essential Transmission Security (transec) Anti-jam Capability. responses To This Request For Information (rfi) Will Be Considered As Market Research In Accordance With Far Part 10 To Inform The Government’s Procurement Strategy. The Government May Or May Not Compete Or Award This Requirement. Additional Market Research May Or May Not Be Conducted. Responses From Small Businesses And Small Disadvantaged Businesses Are Highly Encouraged. The Anticipated Naics Code For This Acquisition Is 334220 And The Size Standard Is 1,250 Employees. section Ii: Information Request the Government Is Interested In The Program Manager’s Estimate For Cost And Schedule. qualified Sources Must Demonstrate The Ability To Deliver This Capability With Minimal Investment By The Government And High Confidence Of Success. In Addition, Qualified Sources Must Demonstrate All The Following Capabilities: a High Confidence Solution For The Ecus, Integration Into Pts-r. The Solution Must Have A Very High Confidence Of Successful Acceptance By The Government And Delivery As Soon As Fy2028. a Thorough Understanding Of The Pts-r Mission. a Thorough Understanding Of The Pts Payloads, Including Its Design And Interfaces. a Thorough Understanding Of The Ecus, As Well As A Credible Plan For Modifying, Integrating, And Testing It To Incorporate To Pts-r Payloads. a Thorough Understanding Of Relevant Pts-r Interfaces. provide Necessary Personnel, Material, Service, And Facilities To Produce, Integrate, And Test The Systems. define And Document The Required Specifications, Interfaces, Design Features And Constraints, Hardware And Software Elements, And Data Products Necessary To Support The Government’s National Security Agency (nsa) Certification Of The Ecus. provide Management Of The Following: Program, Business, Schedule, Subcontracts, Mission Assurance, Material Acquisiton, And Processes. extensive Systems Engineering Experience, Knowledge, And Background Dealing With Pts Systems, Including System Requirments Analysis, Test And Verification, Risk Management, And System Security Management. any Persons Or Companies Interested In Responding To This Notice With A Statement Of Capabilities (soc) Must Be Able To Develop, Integrate, Test, Simulate And Operate A Shield Flight Operations Capability, And Fully Integrate Shield Operations With The Ongoing Operations Of Pts-r. Development And Testing Of The Flight Operations Capability Must Be Done In Coordination With, And Not Impede, On-going Pts-rp Development Activities. The Capability Must Retain Security, Information Assurance, Mission Assurance, Interface Control, And Logistics Support Appropriate. The Government Requires 3 Shield Ecu Assemblies To Enable Full Encryption Satcom On The Pts-r System. These Ecus Will Also Enable On-orbit Re-initialization To Enable Maximum Cryptographic Flexibility As Required In The Pts-r Capability Development Document (cdd). section Iii: Response Format, Submittal Instructions, And Questions response Format – Responses Shall Be Submitted As A White Paper In Pdf Or Microsoft Word For Office 2007 Or Later Compatible Format, Supplemented With Microsoft Word Or Portable Document Format (pdf). Responses Shall Be Prepared So That When Printed, They Meet The Following Requirements: Ten (10) One-sided 8.5x11 Inch Pages, Single-spaced Typed Lines, 1 Inch Margins, 12 Point Times New Roman Font. The Government Will Not Accept Company Literature Or Marketing Materials In Response To This Notice. response Classification – All Material Provided In Response To This Notice Shall Be Unclassified, Non-confidential, And Non-proprietary To The Maximum Extent Practicable. Firms Providing Confidential/proprietary Information Shall Separately And Clearly Identify And Mark All Confidential/proprietary Information. The Government Will Take All Necessary Steps To Protect/safeguard Any Confidential/proprietary Information Not Clearly Marked. submittal Pocs – Responses Shall Be Submitted Electronically. Unclassified Submittals Shall Be Submitted To Mr. Bryan Boardway, Contracting Officer, At Bryan.boardway@spaceforce.mil And Ms. Heather Ayres, Contract Specialist, At Heather.ayres@spaceforce.mil. submittal Due Date – Responses Are Due By 12:00 Pm (pacific Time) On 20 February 2025. questions And Communications – All Questions And Communication Associated With This Rfi Shall Be Submitted In Writing To Mr. Bryan Boardway, Contracting Officer, At Bryan.boardway@spaceforce.mil And Ms. Heather Ayres, Contract Specialist, At Heather.ayres@spaceforce.mil. section Iv: Disclaimers this Is A Request For Information Only. This Notice Is Issued Solely For Information And Planning Purposes. It Does Not Constitute A Solicitation (request For Proposal Or Request For Quotation) Or A Promise To Issue A Solicitation In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Furthermore, The Government Is Not, At This Time, Seeking Proposals. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. The Government Will Not Assume Liability For Costs Incurred By Any Attendee For Travel Expenses Or Marketing Efforts. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. proprietary Information, If Any, Should Be Kept To A Minimum And Shall Be Clearly Marked. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. In Order To Review Rfi Response, Proprietary Information May Be Given To Federally Funded Research And Development Center (ffrdc), University Affiliated Research Center (uarc), And/or Advisory And Assistance Services (a&as) Contractors Working For The Government. Non-government Support Contractors Listed Below May Be Involved In The Review Of Any Responses Submitted. These May Include But Are Not Limited To: The Aerospace Corporation (ffrdc), Mitre (ffrdc), Mit/lincoln Labs (ffrdc), Jhu/apl (uarc), Linquest Corporation, Tecolote, Mcr, Odyssey, Tech7, And Savi Llc.
Nueva Ecija University Of Science And Technology - NEUST Tender
Others
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 2 Million (USD 34.4 K)
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac) Will Conduct Early Procurement Activities (epa) For The Following Project Funded By Nep/gaa 2025 In Accordance With The Guidelines On The Implementation Of Epa. Interested Entities Are Hereby Invited To Bid For The Following: Name Of Project: Supply, Delivery And Installation Of Speech Laboratory Location: Neust Gabaldon Campus, Gabaldon, Nueva Ecija Approved Budget For The Contract: Php2,000,000.00 Contract Duration: 90 Calendar Days Source Of Fund: Nep/gaa 2025 Cost Of Bidding Documents: Php5,000.00 Project Description: 1lot/package Item No. Item & Description Quantity Unit 1 Speech Laboratory Equipment System (40 Seaters) 1 Lot Latest Software -speech Learning Classroom With All Advance International Language. - Solution For Improving Students Speaking And Pronunciation. - Transform Any Txt Material Into Spoken Audio For Pronunciation And Speech Exercises. - Students Can Listen To Authentic Speech Models, Record Own Voice For Comparison And Receive Immediate Feedback. - Pronounce Analyzes Speech And Will Automatically Score Students’ Performance. 2 Master Control Touch Panel Rds - Black Tinted Glass Screen “capacitive Touch Control” With Special Function Mode Noise Cancellation And Special Features Digital Spectrum Analyzer. • Voltage: Ac 220-240 60hz • Load: Maximum Load Of 40-60 Cubicles • Headset Input: Standard Pl 1 Unit 3 Black Tinted Glass Student Modulepanel With Capacitive Touch Call Send And Vu Digital Level Audio Indicator “without Any Analog Push Button Features”, Full Duplex Intercom System With Interface Control System. Rds Brand - 3.5mm P.l Socket For Headphone 40 Pcs. 4 Student Cubicle White Cubicle Particle Board 40 Pcs. 5 Professional Wired Headset Headset Input: Standard Pl 41 Pcs. 6 Computer Set For Voice Recording Analysis With Current Speech Recognition Languages 1 Set 7 Wire 1 Lot 8 Corded Microphone 1 Pc. 9 Speaker 2 Pcs. 10 Main Power Amplifier 1 Pc. 11 Projector With Screen 1 Set Additonal Requirements: 1. On Site Installation And Testing 2. Two Days Training For Faculty 3. 1-year Warranty On All Parts And Service The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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 More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Jones County School District Tender
Education And Training Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Overview Of The District Jones County School District (jcsd) Is Located In Jones County Ms. 11 Campuses - 6 Elementary, 3 Middle/high Schools, 1 Career And Technical Center, And 1 Alternative School With 1 Central Office For The District. The District Has Approximately 8600 Students. The Overall Accountability Rating For The School District Is An “a”. 1. Goal And Purpose Of Rfp: The District Is Requesting Proposals/quotes For A Software Platform That Will Allow The Jcsd To Conduct A Comprehensive Needs Survey To All Stakeholder Groups In An Online Format. The Survey Should Seek The Input In All Areas Of The School District Such As Curriculum, Safety, Technology, Federal Programs, Parental Engagement, Etc., As The Results Of The Surveys Will Drive The Federal Funding Purchases, As Well As District Purchases, And Guide The District In Implementing And Managing The Strategic Plan For 2023-2027. [strategic Plan Goal I: Ensure A Safe, Secure, And Orderly Environment For All; Objective A: Address Safety And Security At All School Sites; Strategic Plan Goal Ii: Improve Student Achievement Through A Rigorous And Relevant Curriculum; Objective A: Implementation Of Ms College And Career State Standards And High Stakes Assessments; Objective B: Use Data Analysis To Drive Instruction For Individual Students; Objective C: Implement, Review And Expand K-12 Curricula; Strategic Plan Goal Iv: Strengthen Collaboration To Maintain Productive Parental And Community Partnerships; Objective A: Increase Public Relations And Communication; Objective B: Increase Business And Community Collaboration; Objective C: Increase Parental Engagement] 2. Proposal Requirements And Project Scope For: North Jones Elementary, East Jones Elementary, South Jones Elementary, West Elementary, Glade Elementary, Moselle Elementary, Northeast Jones Middle/high School, South Jones Middle/high School, West Jones Middle/high School. 3. Service Specifications And Provisions: The Program Must Adhere To, Align With, And Provide The Following: *provide An Online Platform For Anonymously Surveying Parents, Teachers, Students, And Community Members *provide The Services Of Creating And Administering The Survey *provide A Bank Of Survey Questions To Choose From For Each Stakeholder Group Concerning The Areas Of Curriculum And Instruction, Federal Programs, Parent And Family Engagement, And Technology *possess The Capability For The District To Add Its Own Items To The Survey *provide An Adequate Number Of Survey Questions Specifically Related To Title Iv *possess The Capability For The Survey To Be Administered Online Or In Paper Format For English/spanish *provide The District With Data That Has Been Thoroughly Analyzed Through Easy-to-read Reports/graphics *provide The District With An Online Dashboard For Manipulating (aggregating Data Disaggregating) Final Data Results 4. Pricing/quotes/specifications: The District Is Requesting Quotes For A One-time Survey For All 9 Campuses For The Student Enrollment Population Of 8600. 5. Schedule Of Rfp Events Are As Follows: Rfp Released 01/17/2025 - Proposal Due Date 01/31/2025 These Services Shall Be Provided To The Jones County School District During March Of The 2025 School Year. 6. Rfp Submission Requirements: Email A Copy Of The Rfp Response By 01/31/2025 9:00 A.m. To The Following Address: Mabufkin@jonesk12.org Missy Bufkin, Director Of Federal Programs Or Submit To Centralauctionhouse.com 7. Minimum Eligibility Requirements For Contract Award Applicants Must Comply With All Applicable Licensing And Certification Requirements Specific To The Proposed Services, Be Registered Through The Site Of Sam.gov , And Agree To The Terms/agreement And Any Addendum Set Forth By The School District’s School Board Attorney. All Questions, Comments And Requests For Clarifications Must Be In Writing To Missy Bufkin. The School District Reserves The Right, At Its Sole Discretion, To Determine Appropriate And Adequate Responses To The Written Comments, Questions And Requests For Clarification. Rubrics With The Above Stated Service Specifications (section 3) Will Be Rated By The District Leadership Team To Determine The Awarding Vendor. 8. Acceptance Of Proposals The Jcsd Reserves The Right, In Its Sole Discretion, To Waive Proposal Irregularities, Which Does Not Affect The Price Of The Proposal, Give One Party An Advantage Or Benefit Over Other Parties, Or Adversely Impact The Interest Of Jcsd. In Order For A Proposal To Be Accepted, A Vendor Must Comply With The Following: *address Service Specifications Stated In The Service Specifications Section (these Will Be Reviewed With A Rubric And Rated By The District Leadership Team To Determine The Awarding Vendor.) *a Cost Amount Must Be Submitted By The Vendor In A Firm Fixed Price *the Proposal Must Be Signed 9. Rejection Of Proposals The Jcsd Reserves The Right To Reject Any And All Proposals, To Negotiate With The Best-proposed Offering Vendor, To Award A Contract To Other Than The Low Offering Vendor, Or Not To Make Award If It Is Determined To Be In The Best Interest Of The Jcsd. 10. Disposition Of Proposals All Submitted Proposals Become The Property Of The Jcsd And Will Not Be Returned To The Offering Vendor. 11. Special Terms/conditions Subject To Appropriation Funds For The Bid/project Are Subject To Federal/state Appropriations And Ability Of The District’s Federal Program’s Application To Accommodate This Expense. Equal Opportunity Employer The Jcsd Is An Equal Opportunity Employer And Therefore Prohibits Unlawful Discrimination Based On Race, Color, Creed, Sex, Age, National Origin, Physical Handicap, Disability, Or Any Other Consideration Made Unlawful By Federal, State, Or Local Laws. The Vendor/contractor Shall Be An Equal Opportunity Employer And Shall Neither Discriminate Nor Permit Discrimination In Its Operations Or Employment Practices Against Any Person Or Group Of Persons On The Ground Of Race, Color, Religion, National Origin, Disability, Or Sex In Any Manner Prohibited By Law. Termination For Convenience In The Event The Vendor Is Unable To Provide The Contracted Services And Mutually Acceptable Alternatives Cannot Be Arranged, The Contract Can Be Terminated With Written Notification By Either Party. The Jcsd Shall Give Written Notice Of The Termination To The Vendor Specifying The Part Of The Contract Terminated And When Termination Becomes Effective. The Vendor Shall Incur No Further Obligations In Connection With The Terminated Work And On The Date Set In The Notice Of Termination The Vendor Will Stop Work To The Extent Specified. The Vendor Must Still Complete The Work Not Terminated By The Notice Of Termination And Incur Obligations As Are Necessary To Do So. 12. Contact Information A Paper Copy Or An Email Copy Of This Document, Including Any Addendums, May Be Obtained By Request: Dr. Missy Bufkin, Director Of Federal Programs Jones County School District 5204 Hwy 11 North Ellisville, Ms 39437 (601)649-5201 E-mail: Mabufkin@jonesk12.org Thank You For Your Time And Consideration Of This Proposal.
U S COAST GUARD USA Tender
Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
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 70z04025q60527y00 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: Hicube Hard Top Storage Containers description: 20' X 8' X 9'6" Steel Open Top Container. Eleven (11) New 20-ft Iso Hi-cube Shipping Containers With Removable Tops And Detachable Door Headers Iaw 154-wpc-084-xxx, Rev A, 20ft Iso Hicube Container With Removable Hard Top. The Removable Tops Shall Be Rigid And Incorporate A Spray-tight Seal. The Containers Shall Have Steel Floors That Will Accommodate The Welding Of Structure To The Floor. The Removable Top Modifications Shall Not Preclude Stacking The Containers Using Standard Handling Practices And Equipment. Color Shall Be Federal Standard Color Number 36463 (gray) Per Fed-std-595, Or Similar. all Products Acquired Under This Sow Shall Be Acquired Or Fabricated In Conformance With Coast Guard Industrial Activity Quality Standards And Practices All Items Procured Or Fabricated Under This Sow Shall Be Subject To Inspection In Conformance With Coast Guard Industrial Activity Standards And Practices. The Vendor Shall Maintain Records Of All Inspections And Tests. The Records At A Minimum Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, And The Corrective Action Taken. quantity: 11 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 6/30/2025* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. 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 Dave Coburn At 410-636-3375. 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.
K Lner Verkehrs Betriebe AG Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Title: Generalplaner Neubau Btf Wesseling
description: Der Neue Betriebshof Wesseling Soll Auf Dem Ehemaligen Norton- Gelände In Wesseling Entstehen, Das Sich Zwischen Der Vorgebirgsstraße Und Dem Kronenweg Befindet. Das Baufeld Befindet Sich Im Einzugsgebiet Der Seveso Iii - Richtlinie, Was Bedeutet , Dass Es Spezielle Vorschriften Für Die Planung Und Genehmigung Neuer Anlagen Gibt. Diese Vorschriften Beinhalten Die Berücksichtigung Der Umgebung Und Müssen Im Rahmen Des Planfeststellungsverfahrens Von Gutachtern Geprüft Werden. Für Eine Neubebauung Muss Über Einen Vorhabenbezogenen Bebauungsplan Und Ggf. Parallel Durchgeführtes Planfeststellungsverfahren Neues Planungs-, Baurecht Geschaffen Werden. Der Generalplaner Wird Beauftragt, Die Planung Eines Betriebshofes Der Kölner Verkehrsbetriebe Auf Dem Ehemaligen Norton-gelände In Wesseling Zur Wartung Und Instandhaltung Von Straßenbahnen Durchzuführen. Die Gebäude Sollen Verschiedene Nutzungsbereiche Enthalten, Die Den Betrieb Und Die Instandhaltung Der Straßenbahnen Sicherstellen. Ebenfalls Müssen Die Anforderungen Der Stadt Wesseling Berücksichtigt Und Untersucht Werden. Die Planung Der Querenden Velo-route Erfolgt In Zusammenarbeit Mit Der Stadt Wesseling Und Der Kvb. Im Rahmen Der Planungsaufgabe Ist Eine Variantenuntersuchung Für Die Velo-route Durchzuführen Und In Den Planungsprozess Zu Integrieren. Ebenfalls Hat Im Rahmen Der Planung Eine Machbarkeitsprüfung Zu Erfolgen, Ob An Diesem Standort Ein Separater Haltepunkt Auf Der Haupttrasse Ausgebildet Werden Kann. Hierzu Müssen Varianten Und Alternativen Dargestellt Werden. Der Auftragnehmer (an) Soll Im Rahmen Seiner Tätigkeit Bei Der Bearbeitung Der " Eu - Protokolle Über Die Bewirtschaftung Von Bau- Und Abbruchabfällen" Mitwirken Und Notwendige Dokumente Und Verfahren Ausführen. Der Auftragnehmer (an) Ist Verpflichtet Sicherzustellen, Dass Er Und Insbesondere Seine Direkten Ansprechpartner Die Deutsche Sprache In Wort Und Schrift Beherrschen (c1). Dies Gilt Auch Für Die Vertretung, Um Eine Reibungslose Kommunikation Und Eine Präzise Abstimmung Im Projektverlauf Zu Gewährleisten. Der Auftragnehmer (an) Ist Ohne Gesonderte Vergütung Verpflichtet, Digitale Dreidimensionale Planunterlagen Nach Den Strukturierungsvorgaben Des Auftraggebers (ag) Zu Erstellen Und Im .rvt Oder .ifc Dateiformat Zu Übergeben, Sofern Der Ag Keine Abweichenden Vorgaben Erteilt. Dies Ermöglicht Dem Ag Eine Nahtlose Weiterverwendung Im Rahmen Der Fm-software Revit Von Autodesk. Im Rahmen Dieses Projekts Ist Zu Berücksichtigen, Dass Kritische Infrastrukturen Besonderen Gesetzlichen Anforderungen Unterliegen. Das Neue Kritis Dachgesetz, Welches Den Schutz Kritischer Infrastrukturen Regelt, Könnte Im Laufe Des Projekts In Kraft Treten Und Somit Zusätzliche Vorgaben Und Maßnahmen Erforderlich Machen. Es Ist Sicherzustellen, Dass Die Planungen, Ausführungen Und Alle Relevanten Projektphasen So Gestaltet Werden, Dass Künftige Gesetzliche Anforderungen An Kritische Infrastrukturen Berücksichtigt Und Problemlos Implementiert Werden Können. Die Nachfolgend Beschriebenen Räumlichkeiten Und Anlagen Sind Integraler Bestandteil Der Planungsaufgabe. Das Finale Anforderungsprofil Für Die Folgenden Bereiche Wird In Der Grundlagenermittlung Festgelegt. A) Werkstatthalle / Lagerhalle / Waschhalle B) Besandungshalle C) Fahrdienst / Büro Gebäude Das Bauprojekt Wird In Zwei Baustufen Durchgeführt. Ziel Der Beauftragung Ist Es, Dass Die Erste Baustufe Vollständig Geplant Und Umgesetzt Wird. Die Zweite Baustufe Soll In Form Einer Machbarkeitsstudie Abgebildet Werden . Die O. G. Vorläufigen Bedarfsanforderungen Betreffen Die Erste Baustufe. B Ei Der Zweiten Baustufe Sollen U. A. Die Folgenden Punkte Berücksichtigt Werden: 1. Disposition: Ein Zentraler Bereich Für Die Organisation Und Verwaltung Des Fahrzeugbetriebs . 2. Abstellgleise: In Dieser Baustufe Sind 5 Weitere Abstellgleise Mit Einer Länge Von Jeweils 220 Metern Zu Planen. Zusätzlich Werden Noch 5 Abstellgleise Mit Einer Länge Von 120 M Benötigt Diese Bieten Platz Für 24 Langfahrzeuge Oder 58 Fahrzeuge Mit Einer Länge Von 30 Metern. 3. Entsorgungszentrum: Hier Soll Ein Bereich Für Die Abfallentsorgung Des Betriebs Entstehen, Der Den Betrieblichen Und Gesetzlichen Anforderungen Gerecht Wird. 4. Lager: Zusätzliche Lagerflächen Sind Vorgesehen, Um Den Zukünftigen Platzbedarf Für Ersatzteile Und Betriebsmittel Abzudecken. 5. Kantine: Eine Kantine Soll Für Die Verpflegung Der Mitarbeiter Eingeplant Werden Und Die Aufenthaltsqualität In Der Anlage Erhöhen. 6. Besandugshalle Abschließen. In Der Zweiten Baustufe Sollen 9 Weitere Gleise Geplant Werden. Bei Der Planung Der Ersten Baustufe Ist Die Berücksichtigung Eines Weiteren Ausbaus Des Betriebshofes Erforderlich. Aus Diesem Grund Muss Eine Ganzheitliche Betrachtung Vorgenommen Werden. Die Gebäude Sollen Nachhaltig Geplant Werden. Die Hierdurch Entstehenden Mehrkosten Sollen Der Einer Konventionellen Bauweise Gegenübergestellt Werden. Der Generalplaner Ist Verantwortlich Für Die Detaillierte Planung Aller Beschriebenen Bereiche, Einschließlich Der Funktionalen Und Technischen Anforderungen. Besondere Beachtung Gilt Der Einhaltung Der Geltenden Vorschriften Und Normen Sowie Der Integration Der Verschiedenen Betriebsabläufe In Eine Effiziente Gesamtstruktur. Es Wird Ausdrücklich Drauf Hingewiesen, Dass Das Gesamtprojekt Mit Öffentlichen Mitteln Gefördert Wird Und Voraussetzung Der Förderung Die Termingerechte Umsetzung Des Projektes Ist. Ziel Ist Es, Die Technische Und Wirtschaftlich Beste Lösung Zu Finden Und Den Neubau Der Infrastruktur Für Die Besandungshalle, Einschl. Ausstattung, Planung Der Dazugehörigen Flächen Und Einrichtungen Und Deren Versorgung Zeitlich Möglichst Kurzfristig Zu Realisieren. Hierfür Sind Alle Fachplanungs- Und Gutachterleistungen Als Generalplanungsleistungen Zur Realisierung Der Erforderlichen Baulichen Maßnahme Für Den Betriebshof Anzubieten Und Durchzuführen.
De Vlaamse Waterweg Nv Tender
Others
Belgium
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: Title: Arc-24-0069 - Vegen Van Jaagpaden En Reinigen Van Scheldebruggen Temse/bornem En Baanbrug Boom
description: Het Voorwerp Van De Opdracht Is Het Vegen Van Jaagpaden En Het Reinigen Van De Scheldebruggen Temse/bornem (zijnde De Scheldebrug Temse - Bornem En De Scheldebrug Bornem -temse) En De Baanbrug In Boom. Het Doel Van Deze Opdracht Is Het Netheidsonderhoud Van De Fiets- En Voetgangerszones En Het Dienstpad En Het Onderhoud Van De Afwateringsstelsels Op De Scheldebruggen Temse/bornem En Baanbrug Boom. Alsook Van Enkele Jaagpaden In De Omgeving. Deze Opdracht Bestaat Uit: - Het Vegen Van Greppels En Kantstroken; - Het Reinigen Van Straatkolken, Putten En Afvoerbuizen; - Het Borstelen Van De Azobé Houten Fiets- En Voetgangerszone; - Het Afspuiten Van De Opstaande Metalen Kanten; - Het Opvegen En Verwijderen Van Opgehoogde Sneeuwhopen; - Het Reinigen Van Brugvoegen; - Het Reinigen Van Trappen; - Het Onkruidbranden Van Kiezelpaden; - Het Vegen Van Jaagpaden En Verwijderen Van Bladeren; - Het Vrijmaken Van Kespen; - Het Borstelen Van Jaagpaden In Klinkers; - Het Afvoeren Van Alle Afval Afkomstig Van De Veeg- , Ruimings- En Reinigingswerkzaamheden. Onderhavige Opdracht Betreft Een Raamovereenkomst In De Vorm Van Een Bestellingsopdracht, Waarbij De Aanbestedende Overheid Bestellingen Geeft Al Naargelang Haar Behoefte. De Werkelijk Bestelde Hoeveelheden Kunnen Verschillen Van De Hoeveelheden In De Inventaris. De Hoeveelheden In De Inventaris Zijn Indicatief En Dienen Voor De Vergelijking Van De Offertes Op Het Vlak Van De Prijs. De Gekozen Opdrachtnemer Krijgt Bij De Sluiting Van De Opdracht Aldus Geen Enkel Recht Tot Uitvoering Van De Totale Inschrijvingsprijs Van De Offerte Of De Hoeveelheden Vermeld In De Inventaris, Noch Wat De Te Bestellen Hoeveelheden Per Post Aangaat, Noch Wat De Verhoudingen Van De Hoeveelheden Opgegeven Voor Iedere Post Van De Inventaris Aangaat. Door Zijn Inschrijving Verbindt De Opdrachtnemer Er Zich Evenwel Toe De Hem Gegeven Opdrachten Uit Te Voeren Tegen De Eenheidsprijzen En Totale Prijzen Van De Posten Van De Inventaris. De Diensten Worden Uitgevoerd Overeenkomstig De Aanduidingen In Dit Bijzonder Bestek, Alsook Overeenkomstig De Aanwijzingen Van De Leidend Ambtenaar. Bij Het Begin Van De Opdracht Wordt Een Gedetailleerde Planning Van Het Vegen Opgemaakt Dat Goedgekeurd Wordt Door Het Districtshoofd. De Opdrachten Tot Vegen Worden Dan - Datum Per Datum - Besproken. Voor De Aanbestedende Overheid Is Het Van Belang Dat Zij Op Een Efficiënte En Effectieve Manier Controle Kan Uitoefenen Op De Uitvoering Van De Opdracht Door De Opdrachtnemer. Eén Van De Manieren Om Deze Controle Te Realiseren, Bestaat Erin Dat De Opdrachtnemer Het Voor De Aanbestedende Overheid Mogelijk Maakt Om De Bewegingen Van Zijn Bestelwagens, Vrachtwagens En Andere Voertuigen Te Monitoren. Moderne Technologieën (bijv. Zogenaamde “track & Tracesystemen”) Maken Het Mogelijk Om Van Op Afstand De Bewegingen Van Rollend Materieel Te Monitoren. Door In Te Schrijven Verbindt De Opdrachtnemer Zich Er Toe Om, Vanaf De Sluiting Van De Opdracht En Binnen De Grenzen Van De Wet Verwerking Persoonsgegevens En Cao Nr. 39, Te Voorzien In Een Systeem Voor Het Monitoren Van De Bewegingen Van Zijn Bestelwagens, Vrachtwagens En Andere Voertuigen, En Om De Gegevens Gegenereerd Door Monitoringsystemen Met De Aanbestedende Overheid Te Delen. Dit Is Een Last Van De Aanneming. Het Monitoringsysteem Dient Te Voldoen Aan De Volgende Vereisten: Het Moet - Verzegelbaar Zijn; - In Staat Zijn Continu De Positie Te Registreren; - Het Mogelijk Maken Om Bewegingen In Real Time Te Volgen; - Het Mogelijk Maken Dat De Aanbestedende Overheid Dagelijks Zelf De Gegevens Kan Downloaden; - Het Mogelijk Maken Een Aantal Maanden Terug Te Kunnen Kijken In De Tijd. De Opdrachtnemer Dient Maandelijks De Geregistreerde Gegevens En De Gereden Tracks (gekoppeld Aan Tijdstip En Coördinaten) Aan De Aanbestedende Overheid Te Overhandigen, Alsook De Eventueel Vereiste Software Om Deze Gegevens Te Kunnen Verwerken. Indien Geen Gegevens Beschikbaar Zijn, Wordt De Prestatie Niet Betaald. Tevens Moet Deze Ploeg Elk Groot Sluikstort Ogenblikkelijk Melden Aan De Aanbestedende Overheid Zodat De Aanbestedende Overheid De Nodige Vaststellingen Kan Maken. De Opdrachtnemer Moet In Staat Zijn Om Binnen De Achtenveertig Uur Na De Door De Aanbestedende Overheid Gegeven Opdracht Tot Prestatie Met Het Nodige Materieel Op De Aangegeven Plaats(en) Aanwezig Te Zijn Om Er De Opgedragen Prestatie(s) Aan Te Vatten. Deze Plaats Kan Verschillen Van Prestatie Tot Prestatie, Afhankelijk Van De Door De Aanbestedende Overheid Vastgestelde Noodwendigheden. Op Aanwijzing Van De Leidend Ambtenaar En Indien Mogelijk Mag De Opdrachtnemer Voor De Inrichting Van De Opdracht En Voor Het Plaatsen Van Materieel, Beschikken Over De Eventuele Gronden Van De Aanbestedende Overheid In De Onmiddellijke Nabijheid Van De Opdracht. Het Inrichten En Het Ontruimen Van De Werkplaats, Het Plaatsen En Het Verwijderen Van De Signalisatie, De Verlichting Van De Werken Op De Wegen En Waterwegen, Het Aanvoeren En Wegvoeren Van Het Materieel Is Ten Laste Van De Opdrachtnemer. De Opdrachtnemer Heeft Geen Exclusiviteitsrechten. De Aanbestedende Overheid Heeft Het Recht Om, Tijdens De Duur Van Deze Opdracht, Een Derde Opdrachtnemer Aan Te Stellen Om Prestaties Vervat In Deze Opdracht Uit Te Voeren (bijvoorbeeld Grote Eenmalige Onderhoudsopdrachten, Of Opdrachten Over Verschillende Districten Of Afdelingen Heen).
8821-8830 of 9266 archived Tenders