Stationery Tenders

Stationery Tenders

Oroquieta Agro industrial School Tender

Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 195.5 K (USD 3.3 K)
Details: Description Request For Quotation P.r. No./date:2025-01-11/january 22, 2024 Rfq No. /date:2025-01-01/january 24, 2025 Sir/madam: Please Quote Your Lowest Price/s For The Item/s Listed Below Including The Total Amount In Legible (preferably Typewritten) And Return This Duly Signed By The Company’s Authorized Signatory/ies To Bac Secretariat C/o Mrs. Marisa S. Jumalon Of The Above Address On Or Before February 3, 2025. Your Participation To This Bidding Shall Be Subject To The Requirements As Identified Below:(please Check Box On Submitted Requirements) Philgeps Registration Certificate Mayor’s Business Permit / Bir Certificate Of Registration In Case Of Individual: Latest Income/business Tax Return Omnibus Sworn Statement Signed Terms Of Reference Proposal Must Be Inclusive Of All Applicable Government Taxes And Subject To 5% Vat Bids Must Be Submitted Using This Form. Supplemental Information Using Your Company’s Stationery Maybe Attached To Reflect The Complete Specifications Of Bid Bids Should Not Exceed The Approved Budget Contract (abc) In The Amount Of P 195,560.00 Award Shall Be Made By Lot Award Shall Be Made By Item Bids Should Be Valid For A Minimum Of One (1) Month From Deadline Of Submission Of Bids As Indicated Above Procured Item/s Shall Be Delivered To Oais Refusal To Sign And Accept An Award Purchase Order Or J.o. Or Enter Into Contract Without Justifiable Reason Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of R.a. 9184. In Case You Do Not Receive Any Communication From The Bac Secretariat Three(3) Days/months From The Deadline Indicated Above, It Will Mean That The Award Was Not Made In Your Favor. With The End In View Of The Contract Advantageous To The Government, Oais Reserves The Right To: 1) Accept Or Reject Any Or All The Quotations/bids, 2)award The Contract On Per Item/lot Basis And 3) To Annul The Bidding Process And To Reject All Quotations/bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder/s. For Clarifications Please Contact Bac Secretariat C/o Mrs. Marisa S. Jumalon In The Above Address/telephone Numbers. Very Truly Yours, Lee R. Catane V.s.a. - Ii Item No. Qty Unit Item/description Brand/model Unit Price Total (php) 1 1300 Hds Day Old Chicks (layer) 2 10 Bags Chick Booster 3 15 Pcs Infrared Light Bulb 4 1 Pail Multi Vitamins (trovite) 5 10 Bxs Vetracin Gold 6 10 Bxs Antibiotic (tepox 48) 7 10 Bxs Antobiotic (ambroxitil Powder) The Procurement Shall Be Subject To The Salient Provisions Of The Irr Of R.a. 9184. Liquidated Damages. Section 68 And The Delivery Schedule Shall Be Completed Within 15 Calendar Days From Receipt Of The Purchase Order Total Signature: ________________ Name/designation: __________ Name Of Company: __________ Adress: ____________________ Telephone Nos. _____________

City Of Cape Town Tender

Publishing and Printing
South Africa
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gf12500351 Title Envelope;pocket;c4;manila Description 20 Each X Envelope;pocket;c4;manila Specification* Envelope - Type: Pocket; Size: C4; Colour: Manila; Specifications: As Per Sample,printed Coct Logo; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, Will Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb: The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To: Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times** Delivery Date2025/02/03 Delivery Tologistics - Ndabeni Store Stationary - Ph: 021 444 5452 Delivery Address25 Oude Molen Road, Ndabeni Contact Personnatasha Daniels Telephone Number0214445452 Cell Number Closing Date2025/01/23 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgf1.quotations@capetown.gov.za Buyer Detailsf.shaik Buyer Phone0214006761 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

Civil Service Commission Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 237.5 K (USD 4 K)
Details: Description Bids And Awards Committee Request For Quotation Rfq2025-02-017 26-february-2025 The Civil Service Commission-national Capital Region, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers/distributors/service Providers To Quote Their Lowest Price On The Item/items Listed Below Subject To The Requirements, Conditions And Technical Specifications Stated Herein, And Submit The Same Duly Signed By Their Authorized Representative On The Specified Date. Name Of Project: Supply, Printing Service And Delivery Of Letterhead With Csc Ncr Logo Deadline For Submission: 10:00 Am On 04 March 2025 Place Of Delivery: Civil Service Commission-national Capital Region #25 Kaliraya Street, Brgy. Doña Josefa Quezon City I. Specific Deliverables Item # Quantity Unit Description Supplier's Product Specifications Unit Bid Price Total Bid Amount Supply, Printing And Delivery Of The Following: 250 Ream Csc Ncr Letterhead/stationery With Logo, Colored Printing, A4 Size, 100gsm* 250 Ream Paper Multi-copy, 80gsm A4 Delivery Period: Fifteen (15) Calendar Days Upon Receipt Of Purchase Order Total The Supply And Delivery Of Items Shall Be Completed On The Date Specified. Ii. Approved Budget For The Contract Php 237,500.00 Iii. Documentary Requirements Prospective Suppliers Shall Submit The Following Documents: Philgeps Registration Number Business/mayor's Permit Income Or Business Tax Return (to Be Submitted Before Award Of Po/contract) Notarized Omnibus Sworn Statement (sample Attached) (to Be Submitted Before Award Of Po/contract) Csc-ncr May Require Suppliers To Submit Completed Contracts For Post-qualification Iv. General Conditions 1. All Quotations Must Be Duly Signed By The Duly Authorized Representative. 2. All Quotations Shall Be Considered As Fixed Prices And Not Subject To Price Escalation During The Contract Implementation. 3. In Case Materials Or Portion Thereof Are Found To Be Substandard Or Defective, The Supplier Shall Replace Them Without Additional Cost To Csc-ncr. 4. All Items Listed Must Be Included In The Quotation. 5. All Quotations Submitted Are Understood To Include Taxes And Other Necessary Fees And Surcharges. 6. In The Instance Of A Tie Among The Lowest Calculated Quotations, This Shall Be Resolved Through Drawing Of Straws, Dice Throwing, Or Coin Toss Pursuant To Gppb Circular 06-2005 And The Irr Of Ra 9184. For Further Inquiries, Please Coordinate With Ms. Maybelline N. Galang At Telephone Numbers 8741-6097 / 09989647474. The Quotation Must Be Submitted Through Email At Cscncrbac@gmail.com Or Deliver Sealed Quotation To The Address Below: Bids And Awards Committee #25 Kaliraya Street, Brgy. Doña Josefa Quezon City The Csc-ncr Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Procurement Process, At Any Time Prior To The Issuance Of The Purchase Order/contract, Without Thereby Incurring Any Liability To The Affected Supplier/bidder, And To Accept Only The Offer That Is Most Advantageous To The Government. The Csc-ncr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Suppliers/bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Atty. Vlademir E. Villacorta Chairperson, Bids And Awards Committee Suppliers Undertaking I Hereby Certify To Comply And Deliver All The Above Requirements. Complete Name And Signature Of Proprietor Or Authorized Representative Company Name Address Contact Nos. / Email Address

City Of Cape Town Tender

Food Products
South Africa
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Beverages & Refreshments Reference Number Gf12500375 Title Pre-printed Stationery Description 10 Each X Parboiled Rice 10kg 12 Pack X Lucky Star Pilchard 3 Each X Cooking Oil 2l 5 Each X Fusion Juice 5l 5 Each X Oros Juice 5l Specification* Supply Below To Rocklands Admin Office, Cnr Lancaster And Park Avenue Rocklands Mitchells Plain 10x 10kg Spekko Rice Or Equivalent Contact Person Ntombi On 021 400 3987/83 Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * 12x Packs Of 410g Tins Of Lucky Star Pilchard Or Equivalent 12 In Each Pack Each Pack Must Have 12 Tins Of 410g Of Lucky Star Pilchard * 3x Boxes Of 2 Litre Cooking Oil (12 In A Box) Each Box Must Have 12x 2litres Of Cooking Oil * 5x 5 Litres Of Fusion Juice Various Flavours * 5x 5 Litres Of Oros Orange Squash Or Equivalent Delivery Date2025/03/03 Delivery Tocs - City Health Csch Delivery Address02 Cnr Lancaster And Park Avenue, Rocklands Mitchells Plain Contact Person Ntombi Telephone Number021400398783 Cell Number Closing Date2025/01/27 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgf1.quotations@capetown.gov.za Buyer Detailsf.shaik Buyer Phone0214006761 Attachments No Attachments Note The Procurement Of The Goods In This Category Is Only Available For Online Quoting. The City Of Cape Town Has Embarked On An Online Quoting System, Via E-procurement, On The E-services Platform. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfq Information And To Submit A Quote. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

U S COAST GUARD USA Tender

Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation Nr 52000qr250002176for A Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 336611. The Small Business Size Standard Is 1250. This Is A Total Small Business Set Aside; All Responsible Small Business Sources May Submit Proposals That Will Be Considered. This Synopsis/ Solicitation Is Issued Pursuant To Far 13.106-1(b), And The Resultant Purchase Order Will Be Awarded On A Firm-fixed Price Basis Using Simplified Acquisition Procedures In Accordance With Far 13. the United States Coast Guard Surface Force Logistics Center Request The Contractors To Provide Pricing For The Following: a. Requirement: 1. The Contractor Shall Provide The Following: uscgc Finback Tow as Per The Attached Sow. 2. Delivery Location: coast Guard Yard 2401 Hawkins Point Rd. baltimore, Md 212264. delivery Date: 03/04/2025 b. As Stated Below, The Provision At Far 52.212-2, Evaluation-commercial Items- Applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Government Will Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conforming To The Solicitation Will Be More Advantageous To The Government, Price And Other Factors Considered. interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Proposal That Will Be Considered By The Agency. Proposals Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Duns And Cage Code. quotes Must Be Received No Later Than 7 February 2025 At 10:00 A.m Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Mr. Cornelius Claiborne At Email Address – Cornelius.n.claiborne@uscg.mil. offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Items, With Their Offer Or Have Provision Far 52.212-3 Submitted Into Www.sam.gov. Any Questions Or Concerns Regarding Any Aspect Of This Rfq Must Be Forwarded To Contracting Officer, Skc Damon D. Jones Via Email Damon.d. Jones@uscg.mil And Telephone (757) 628-4664; And Mr. Cornelius Claiborne Via Email: Cornelius.n.claiborne@uscg.mil. provisions / Clauses: the Following Far Clauses And Provisions Apply To This Acquisition And Are Incorporated By Reference: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Duns Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Duns Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies (jan 2018) far 52.222-21 - Prohibition Of Segregated Facilities (apr 2015) far 52.222-26 - Equal Opportunity (sep 2016) far 52.222-35 - Equal Opportunity For Veterans (oct 2015) (38 U.s.c. 4212) far 52.222-36 - Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793) far 52.222-37 - Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212) far 52.222-50 - Combating Trafficking In Persons (jan 2019) far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (may 2014) far 52.225-13 - Restrictions On Certain Foreign Purchases (jun 2008) far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) *the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.

City Of Cape Town Tender

Publishing and Printing
South Africa
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gm12500266 Title Self Inking Stamps Description 4 Each X Self Inking Stamps 2 Each X Self Inking Stamps Specification* Ref Gm12500266 Self Inking Stamps - Orginal Self Inking Rubber Stamp The Self Inking Rubber Stamp's Imprint Is Rectangular. Specification # Sample Pic <(>&<)> Technical Data Sheet Of Item You Plan To Supply To Be Attached To Quotation At Time Of Closing (please Read 'quotation Conditions' Yamkela Kolisile Clinic Manager Sanc 16451569 Nolufefe Zelanga Clinical Nurse Practioner Sanc 16298200 Candace Dyers Clinical Nurse Practioner Sanc 15833262 Andrea Meyer Post Basic Pharmacy Assistant P42827 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Supply Self Inking Stamps - Orginal Self Inking Rubber Stamp The Self Inking Rubber Stamp's Imprint Is Rectangular. Specification # Sample Pic <(>&<)> Technical Data Sheet Of Item You Plan To Supply To Be Attached To Quotation At Time Of Closing (please Read 'quotation Conditions' Supply 1x Self Inking Stamp Wynona Whitney Adams Senior Professional Nurse Sanc No 16117897 Community Services <(>&<)> Health City Health - Area South Lease Supply 1x Self Inking Stamp Carmenita Macauley Sanc 16297012 Professional Nurse Community Services <(>&<)> Health City Health Area South Delivery Date2025/02/28 Delivery Tocs - City Health Csch Delivery Address3 Victoria Road, Plumstead Contact Personzanokhanyo Maseti Telephone Number0214443270 Cell Number Closing Date2025/02/10 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgm1.quotations@capetown.gov.za Buyer Detailsl. Adams-adjiet Buyer Phone0214006766 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

U S COAST GUARD USA Tender

Others...+1Electrical and Electronics
United States
Closing Soon4 Mar 2025
Tender AmountRefer Documents 
Description: 52000qr250011292 naics Code 336611 product Code 2090 this Is A Combined Synopsis/solicitation Nr 52000qr250011292 For A Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 336611. The Small Business Size Standard Is 1500. This Is A Total Small Business Set Aside; All Responsible Small Business Sources May Submit Proposals That Will Be Considered. This Synopsis/ Solicitation Is Issued Pursuant To Far 13.106-1(b), And The Resultant Purchase Order Will Be Awarded On A Firm-fixed Price Basis Using Simplified Acquisition Procedures In Accordance With Far 13. the United States Coast Guard Surface Force Logistics Center Request The Contractors To Provide Pricing For The Following: requirements ssdg Parts Needed By Cgc Mohawk parts Needed For Cgc Mohawk: cat 6l9850 Cap (need 03) cat 2n8961 Tank Assembly (need 01) cat 2n0741 Gasket (need 04) cat 3n6066 Housing Assembly (need 01) cat 3n6067 Cover (need 01) reference(s): a) Ship Service Diesel Generator (ssdg) - Model D-398-ta - Parts Book place Of Delivery: poc: Lt Michael J. Gandara address: 100 Trumbo Rd, Key West, Fl 33040 ph: 305-292-8750 required Delivery Date: 19mar2025 b. As Stated Below, The Provision At Far 52.212-2, Evaluation-commercial Items- Applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Government Will Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conforming To The Solicitation Will Be More Advantageous To The Government, Price And Other Factors Considered. interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Proposal That Will Be Considered By The Agency. Proposals Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Duns And Cage Code. quotes Must Be Received No Later Than 04 March 2025 At 12:00pm Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent Joshua Miller At Email Address – Joshua.n.miller@uscg.mil. offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Items, With Their Offer Or Have Provision Far 52.212-3 Submitted Into Www.sam.gov. Any Questions Or Concerns Regarding Any Aspect Of This Rfq Must Be Forwarded To Contracting Officer, Joshua Miller Via Email: Joshua.n.miller@uscg.mil provisions / Clauses: the Following Far Clauses And Provisions Apply To This Acquisition And Are Incorporated By Reference: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Duns Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Duns Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies (jan 2018) far 52.222-35 - Equal Opportunity For Veterans (oct 2015) (38 U.s.c. 4212) far 52.222-36 - Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793) far 52.222-37 - Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212) far 52.222-50 - Combating Trafficking In Persons (jan 2019) far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (may 2014) far 52.225-13 - Restrictions On Certain Foreign Purchases (jun 2008) far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) 52.222-11, Subcontracts (labor Standards) (may 2014) (deviation Feb 2025) 52.222-12, Contract Termination—debarment (may 2014) (deviation Feb 2025) 52.244-6, Subcontracts For Commercial Products And Commercial Services (jan 2025) (deviation Feb 2025) the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Machinery and Tools
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: Nasa Johnson Space Center Is Seeking A Qualified Contractor To Provide And Deliver Commercially Available Abilityone Office Supplies. Desktop Delivery Of Office Supplies Shall Be Delivered By The End Of The Next Business Day For Orders Placed Prior To 3 P.m. Central Standard Time (cst). All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. nasa Clause 1852.215-84, Ombudsman, Is Applicable. The Center Ombudsman For This Acquisition Can Be Found At Http://prod.nais.nasa.gov/pub/pub_library/omb.html 80jsc025jitsii Amendment 1 Was Posted 2/12/2025. this Project Contains Items As Listed Below: the Contractor Shall Provide All Resources To Perform The Purchase And Delivery Of Center-wide Civil Servant Office Supplies. The Contractor Shall Be Authorized To Distribute Abilityone Products By The Committee For Purchase From People Who Are Blind Or Severely Disabled (committee) And Requirements Defined In Executive Orders 13423 And 13514. The Contractor Shall Post The Abilityone Procurement List (pl) Of Office Supplies On The Contractor's Electronic Ordering System. The Pl Of Office Supplies Shall Include (but Is Not Limited To) Items Such As: folders And Filing Supplies envelopes And Mailing Supplies office Essentials (paper Clips, Notebooks, Tape, Etc.) paper (copier, Cardstock) – Minimum Recycled Content Compliant ink/toner Cartridges (new Or Remanufactured, When Available) visual Communications And Meeting Aids writing Instruments (pens, Pencils, Markers, Highlighters) this Project Is Set-aside For Small Business Firms (sb). The North American Industry Classification Code (naics) For This Procurement Is 424120 Stationery, Office Supplies Merchant Wholesalers, And The Size Standard Of 150 Employees Applies. The Government Intends To Award A Firm Fixed Price Contract In March 2025. as Authorized By Far 5.102, Solicitation Dissemination Is Limited To Electronic Medium, And Nasa Will Provide No Hard Copies. a Bidder's List Will Not Be Prepared Nor Distributed By The Contracting Officer, As It Is The Quoter's Responsibility To Register At The Sam.gov Website. Companies That Are Interested In Being Included On The Interested Vendor List Are Encouraged To Submit Their Information To Sam.gov Through The "add Me To Interested Vendors" Tab. This Interested Vendor List Will Allow Potential Quoters The Opportunity To Network. Quoters Are Advised That They Are Responsible For Obtaining All Solicitation Documents And Acknowledging Any Amendments, And Should Re-visit The Sam.gov Website Periodically To Check For Any Modifications To This Notice, Updates, Or Amendments Without Further Notice From Nasa. Prospective Quoters Shall Complete Electronic Annual Representations And Certifications Shall Be Registered In Http://www.sam.gov Prior To Submitting A Quote. any Communications In Reference To This Solicitation Shall Cite The Solicitation Number And Be Directed To The Contracting Officer: name: Jon Prihoda email: Jon.prihoda@nasa.gov address: Nasa - Lyndon B. Johnson Space Center (jsc)/mail Code [bc] 2101 Nasa Parkway Houston, Texas 77058-3696 questions Regarding This Solicitation Must Be Presented In Writing And Shall Be Submitted Electronically To The Above E-mail Address By 3 Pm Central Standard Time (cst) On February 7, 2025 In Order That Answers May Be Obtained And Disseminated In A Timely Manner, Since It Is Not Expected That The Proposal Submission Date Will Be Extended. Oral Communications Are Not Acceptable In Response To This Solicitation. Questions Shall Not Be Directed To The Technical Activity Personnel. complete Quote Packages Are Due To The Contracting Officer At Jon.prihoda@nasa.gov No Later Than 3 Pm Central Standard Time (cst) On February 19, 2025. 80jsc025jitsii Amendment 1 Posted On 2/12/2025. 80jsc025jitsii Amendment 2 Posted On 2/13/2025.

City Of Cape Town Tender

Others...+2Machinery and Tools, Electrical and Electronics
South Africa
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gm12500268 Title A3 Laminatiors A4 Laminators Description 2 Each X A3 Laminatiors 3 Each X A4 Laminators Specification* Ref Gm12500268 2 X A3 Laminatiors - Area Head 12-sm12 Specifications Description Model Name - A3 Laminating Machine (2 Roller - 360mm/min) Lamination Type - Thermal Roll Machine Type -electric Lamination Width # Up To 11.6 Inch Lamination Film Thickness # Up To 9.84 Mm Warm-up Time - 1.5 Min Number Of Temperature Settings - 2 Maximum Lamination Speed - 15.5 Inch/min Power Requirement - 220 - 240v Power Consumption - 69 W # Sample Pic <(>&<)> Technical Data Sheet Of Item You Plan To Supply To Be Attached To Quotation At Time Of Closing (please Read 'quotation Conditions'# Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * 3 X A4 Laminatiors - Area Head 12-sm12 Specifications Model Name - A4 Laminating Machine (2 Roller - 320mm/min) Lamination Type - Thermal Roll Machine Type - Electric Lamination Width # Up To 8.23 Inch Lamination Film Thickness # Up To 9.84 Mil Warm-up Time - 1.5 Min Number Of Temperature Settings - 1 Maximum Lamination Speed - 15.5 Inch/min Power Requirement - 220 - 240v Power Consumption - 69 W # Sample Pic <(>&<)> Technical Data Sheet Of Item You Plan To Supply To Be Attached To Quotation At Time Of Closing (please Read 'quotation Conditions'# Delivery Date2025/03/31 Delivery Tocs - Social & Development Cssd Delivery Address31 Main Road, Mowbray Contact Persongilbert Isaac Telephone Number0214441332 Cell Number0727843986 Closing Date2025/02/10 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgm1.quotations@capetown.gov.za Buyer Detailsl. Adams-adjiet Buyer Phone0214006766 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

U S COAST GUARD USA Tender

Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Description: 52000qr250002179 naics Code 336611 product Code 2090 this Is A Combined Synopsis/solicitation Nr 52000qr250002179 For A Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 336611. The Small Business Size Standard Is 1500. This Is A Total Small Business Set Aside; All Responsible Small Business Sources May Submit Proposals That Will Be Considered. This Synopsis/ Solicitation Is Issued Pursuant To Far 13.106-1(b), And The Resultant Purchase Order Will Be Awarded On A Firm-fixed Price Basis Using Simplified Acquisition Procedures In Accordance With Far 13. the United States Coast Guard Surface Force Logistics Center Request The Contractors To Provide Pricing For The Following: requirements cgc Mustang, Cgc Naushon & Cgc Liberty Is Requesting Services For Conducting Underwater Hull Cleaning And Inspection. place Of Performance the Primary Place Of Performance Shall Be At Base Ketchikan Moorings Located At Below Address: uscg Base Ketchikan 1300 Stedman St ketchikan, Ak 99901 period Of Performance: 05 May 2025. contracting Officer Technical Representative (cor): mr. Jason Devin, Apm office: (757) 628-4623 cell: (651) 600-0525 teams: (206) 815-1382 email: Jason.m.devin2@uscg.mil cutter Point Of Contact For Scheduling And Local Logistics: mkc Steven Newsom, Epo, Cgc Liberty cell: (706) 499-9629 email: Steven.k.newsom@uscg.mil b. As Stated Below, The Provision At Far 52.212-2, Evaluation-commercial Items- Applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Government Will Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conforming To The Solicitation Will Be More Advantageous To The Government, Price And Other Factors Considered. interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Proposal That Will Be Considered By The Agency. Proposals Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Duns And Cage Code. quotes Must Be Received No Later Than 19 February 2025 At 12:00pm Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent Joshua Miller At Email Address – Joshua.n.miller@uscg.mil. offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Items, With Their Offer Or Have Provision Far 52.212-3 Submitted Into Www.sam.gov. Any Questions Or Concerns Regarding Any Aspect Of This Rfq Must Be Forwarded To Contracting Officer, Joshua Miller Via Email: Joshua.n.miller@uscg.mil provisions / Clauses: the Following Far Clauses And Provisions Apply To This Acquisition And Are Incorporated By Reference: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Duns Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Duns Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies (jan 2018) far 52.222-21 - Prohibition Of Segregated Facilities (apr 2015) far 52.222-26 - Equal Opportunity (sep 2016) far 52.222-35 - Equal Opportunity For Veterans (oct 2015) (38 U.s.c. 4212) far 52.222-36 - Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793) far 52.222-37 - Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212) far 52.222-50 - Combating Trafficking In Persons (jan 2019) far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (may 2014) far 52.225-13 - Restrictions On Certain Foreign Purchases (jun 2008) far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) *the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
1731-1740 of 1917 archived Tenders