Survey Tenders
Survey Tenders
City Of Edinburgh Council Tender
Others
United Kingdom
Description: Taxi Demand Surveys
Closing Date3 Mar 2025
Tender AmountGBP 60 K (USD 74.4 K)
ENVIRONMENTAL PROTECTION AGENCY USA Tender
Others
United States
Details: Request For Quote To Provide 24/7 Unlimited Medical Services Support To Board-certified Emergency Medicine Physicians For Case Consultation For 1 Year, And Provide A Us Coast Guard Approved 4-day Advanced Medical Care Provider Custom Training Course And Training Supplies For Various Staff Who Participate On Research Vessel (r/v) Lake Guardian Surveys In The Great Lakes Open Waters. According To Far 13.004, A Quote Submitted In Response To This Request For Quote Is Not Binding On The Vendor, As It Is Considered Information And Not A Offer That Can Be Accepted To Form A Bidding Contract.
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Capitalesourcing Tender
Environmental Service
United Kingdom
Description: Local Environmental Quality Surveys In Line With Defra Ni195 Guidance
Closing Date19 Feb 2025
Tender AmountGBP 75 K (USD 93.1 K)
INDIAN HEALTH SERVICE USA Tender
Finance And Insurance Sectors
United States
Details: The Indian Health Service, Navajo Area Is Issuing This Sources-sought Synopsis As A Means Of Conducting Market Research (far 10.001) In Identifying Prospective Sources To Fill A Government Requirement For Administrative And Management Investigations. The Work Includes Review Of Administrative Case Materials, Performing Interviews Via Telephone Or In-person As Deemed Necessary, Thorough Documentation Of The Process And Results, And Providing Some Recommended Actions. The Requirement Is Recurring In Nature With Each Need For Investigations Lasting Between 15 To 30 Hours From Initial Review To Interviews, And From Documentation To Completing And Submitting The Final Report. If Procured, The Requirement May Be Set Up As A Blanket Purchase Agreement (bpa) With Each Management Case Placed As A Bpa Call Against It.
the Applicable North American Industry Classification System (naics) Code Assigned To This Requirement Is 541611 Administrative Management And General Management Consulting Serviceswith A Small Business Size Standard Of $24.5m.
this Is Not A Solicitation. Information Collected From This Notice Is Purely For Market Research Only And Will Be Used To Determine The Contracting Office’s Acquisition Strategy Including Competition, Set Asides, And Locating Indian-owned Economic Enterprises. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Response To This Request For Information.
in Accordance With Far 4.1102(a), Offerors And Quoters Are Required To Be Registered In System For Award Management At Sam.gov, At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Notice By February 05, 2025 Wednesday 2:30pm Mst To William Lee, Contract Specialist, At William.lee@ihs.gov With The Subject Line “ssn – Management Inquiry Bpa.” Your Submission Must Include The Following Information, At A Minimum:
company Profile That Includes: Uei, Name And Address, Primary Poc Information, Business Size And Type Of Ownership, Socio-economic Status/participation Such As 8(a), Wosb/edwosb, Sdvosb And Hubzone, Identification Of Native American Ownership (if Applicable), Sam.gov Representations And Certifications, And Other Related Documentation.
a Brief Statement Of The Company’s Capability That Relates To The Described Government Requirement. Additional Demonstration Of Capability May Include Current And Past Performance History For The Same Or Similar Requirement, Established Contracts Such As Gsa Or Va Schedule, Etc.
if Claiming Indian-owned Small Business Economic Enterprise (isbee) Or Indian-owned Economic Enterprise (iee), Submit Completed Ihs Iee Representation Form (attached).
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Soon5 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Electrical Goods and Equipments...+2Electrical Generators And Transformers, Electrical and Electronics
United States
Details: The Defense Logistics Agency-aberdeen, On Behalf Of The Army Integrated Logistics Supply Center (ilsc), Intends To Acquire parts To Support The 15 Kw, 400 Hz Patriot Generator Set.
requirements Description:
this Is A Market Survey To Locate A Source For Radiator, Engine Coolant,
nsn: 2930-01-541-1912. P/n 409667 Cage Code: 93742. The System This Part Supports Is A 400 Hz, 15 Kw Tactical Quiet Skid Mounted Generator Set. The Part Requested Is A Radiator Which Plays An Integral Role In Cooling The Diesel Engine As It Distributes Power.
the Government does Not Possess The Technical Data Package (tdp) For The Parts. The Tdp is Not Available For Release. The Tdp Includes Level 2. Developmental Information.
this Specific Nsn Has Been Identified For Maintenance And Sustainment Purposes. This Acquisition Is For A Five-year Indefinite Delivery Indefinite Quantity (idiq) Contract.
the Following Additional Naics Apply:
335312
items And/or Services To Be Procured:
nsn: 2930-01-541-1912
nomenclature: radiator, Engine Coolant
part Number: 409667
cage: 93742
requested Response Information:
we Request That Sources Who Can manufacture And Supply The Listed Parts Or Services Submit Information To Show Their Capability To Manufacture And Supply The Same Or Similar Parts. At A Minimum The Support Information You Submit Should Include, But Is Not Limited To, The Following: Questionnaire, and Any Other Applicable Documentation.
suppliers Or Distributors Capable Of Furnishing This Component Must So Indicate, By Writing An Email To: Adam.f.zetts.civ@army.mil. The Response Must Include Product Lead Time, Price Break Ranges If Applicable, Other Relative Information That May Impact Acquisition, Supply Or Delivery, Vendor Name, Cage, Address, Company Representative, Tel/fax#, And Applicable Email Address. The Successful Supplier Shall Be Required To Warrant That The Item Supplied Will Satisfactorily Perform When Used For The Purpose Intended By The Army. For More Information Contact Adam Zetts, (443) 395-6327.
notice, Response Due Date, And Points Of Contact:
this Is Not A Request For Quote Or Proposal. The Government Does Not Intend To Award A Contract On The Basis Of This Ssa Or Reimburse Any Costs Associated With The Preparation Of Responses To This Ssa. This Sources Sought Announcement (ssa) Is For Planning And Market Research Purposes Only And Shall Not Be Construed As A Commitment By The Government. The Information Gathered From This Announcement Will Be Used To Determine If Responsible Sources Exist, And To Assist In Determining If This Effort Can Be Competitive And/or Set Aside For Small Business. Furthermore, The Government Will Use The Information, In Part, To Determine The Best Acquisition Strategy For A Potential Procurement Action And/or To Assist In Making Acquisition Strategy Decisions In The Future.
all Ssa Responses Should Be Emailed To The Technical And Competition Advocate Points Of Contact At The Email Addresses Listed Below. No Phone Inquiries Will Be Accepted, Either As A Response To This Action Or For Information Requests. All Requests For Information Must Be Submitted Via Email To The Technical Point Of Contact And The Competition Advocate.
please Submit Responses By 02/14/2025
technical Point Of Contact: adam.f.zetts.civ@army.mil
secondary Point Of Contact:john.f.blaha.civ@army.mil
dla Aberdeen Small Business: Smbizlandcols@dla.mil
Closing Date14 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: The Defense Logistics Agency-aberdeen, On Behalf Of The Army Integrated Logistics Supply Center (ilsc), Intends To Acquire Parts To Support The 30/60 Kw, Tactical Quiet Generator Set.
requirements Description:
this Is A Market Survey To Locate A Source For Display Unit (cim), Nsn 7025-01-618-6736, P/n 96-23754, Cage Code 30554. The System This Part Supports Is The U/o Mep-805, 30kw-50/60hz, Nsn: 6115-01-274-7389, Mep-815, 30kw 400hz, Nsn: 6115-01-274-7394, Mep-806, 60kw 50/60hz, Nsn: 6115-01-274-7390, And Mep-816, 60kw 400hz Nsn: 6115-01-274-7395 Tactical Quiet Generators (tqg). The Part Requested Is A Display Unit Which Plays An Integral Role In Control The System Outputs, Operational Control, And Constant Monitoring Of All The Functions.
the Government Does Not Possess The Technical Data Package (tdp) For The Parts. The Tdp Is Not Available For Release. The Tdp Includes Level 2. Developmental Information.
this Specific Nsn Has Been Identified For Maintenance And Sustainment Purposes. This Acquisition Is For A Five-year Indefinite Delivery Indefinite Quantity (idiq) Contract.
the Following Additional Naics Apply:
335312
items And/or Services To Be Procured:
nsn: 7025-01-618-6736
nomenclature: Computer Interface Module, Cim
part Number: 96-23754
cage: 30554
requested Response Information:
we Request That Sources Who Can Manufacture And Supply The Listed Parts Or Services Submit Information To Show Their Capability To Manufacture And Supply The Same Or Similar Parts. At A Minimum The Support Information You Submit Should Include, But Is Not Limited To, The Following: Questionnaire, And Any Other Applicable Documentation.
suppliers Or Distributors Capable Of Furnishing This Component Must So Indicate, By Writing An Email To: Adam.f.zetts.civ@army.mil. The Response Must Include Product Lead Time, Price Break Ranges If Applicable, Other Relative Information That May Impact Acquisition, Supply Or Delivery, Vendor Name, Cage, Address, Company Representative, Tel/fax#, And Applicable Email Address. The Successful Supplier Shall Be Required To Warrant That The Item Supplied Will Satisfactorily Perform When Used For The Purpose Intended By The Army. For More Information Contact Adam Zetts, (443) 395-6327.
notice, Response Due Date, And Points Of Contact:
this Is Not A Request For Quote Or Proposal. The Government Does Not Intend To Award A Contract On The Basis Of This Ssa Or Reimburse Any Costs Associated With The Preparation Of Responses To This Ssa. This Sources Sought Announcement (ssa) Is For Planning And Market Research Purposes Only And Shall Not Be Construed As A Commitment By The Government. The Information Gathered From This Announcement Will Be Used To Determine If Responsible Sources Exist, And To Assist In Determining If This Effort Can Be Competitive And/or Set Aside For Small Business. Furthermore, The Government Will Use The Information, In Part, To Determine The Best Acquisition Strategy For A Potential Procurement Action And/or To Assist In Making Acquisition Strategy Decisions In The Future.
all Ssa Responses Should Be Emailed To The Technical And Competition Advocate Points Of Contact At The Email Addresses Listed Below. No Phone Inquiries Will Be Accepted, Either As A Response To This Action Or For Information Requests. All Requests For Information Must Be Submitted Via Email To The Technical Point Of Contact And The Competition Advocate.
please Submit Responses By 2/14/2025
technical Point Of Contact: Adam.f.zetts.civ@army.mil
secondary Point Of Contact:john.f.blaha.civ@army.mil
dla Aberdeen Small Business: Smbizlandcols@dla.mil
Closing Date14 Feb 2025
Tender AmountRefer Documents
Limited Liability Partnership Akmolit Tender
Civil And Construction...+1Construction Material
Kazakhstan
Description: Acquisition of Works for the Performance of Geophysical Surveys of Wells at the Zhosabay Field (procedures for the selection of a supplier).
Closing Date14 Feb 2025
Tender AmountKZT 60.4 Million (USD 116.5 K)
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: The Dla Aviation Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Yoke, Main Rotor Assembly; Nsn 1615-00-757-2905. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred.
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information:
1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And
2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Bad Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured
through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 05, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil.
if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388.
appendix 1: Purpose And Objectives
potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award.
the Specific Requirement For This Effort Is Below:
part Number: 204-011-102-017
nomenclature: Yoke, Main Rotor Assembly
nsn: 1615-00-757-2905
estimated Requirement: 55 Each
technical Orders And Qualification Requirements Are Not Available.
Closing Soon5 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For A Commercial Supply Prepared In Accordance With The Format In Farsubpart 12.6, 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 Solicitation Number Isfa665625q0005and Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through The Federal Acquisition Circular 2024-07 (august 2024) And The Defense Federal Acquisition Regulation Supplement (dfars) Change Notice (17 January 2025). This Solicitation Is 100 Percent Total Small Business Set-aside: The North American Industrial Classification System (naics) Code For This Commercial Item Is 333310; The Small Business Size Standard Is 1000 Employees.quotes Will Be Evaluated For Lowest Price, Technically Acceptable.
the 910th Aw Has A Requirement To Procure The Commercial Product Listed Below.
this Acquisition Is For The Purchase Of The Following:
clin 0001 – One (1) - Zero-emission, Ride-on Karcher B300 Ri Bp (or Equivalent) Right-hand Side Brush That Extends The Working Width To A Total Of 55 Inches. It Should Also Include Two (2) Large Roller Brushes, A 79-gallon Water Tank And A Wide Curved Squeegee And Provide An Area Performance Of Up To 152,847 Square Ft/hr. It Should Include A High Container Emptying Function For Easy Waste Disposal. It Should Also Be Rust Resistant And Include A 36v/805 Ah Lead-acid Battery Or Better.
technical Details (must Meet Or Exceed):
drive Type: Battery
brush Working Width: 41.1"
working Width With 1 Side Brush:55.1′
working Width With 2 Side Brushes: 69.1 ′
vacuum Working Width: 56.7 ′
fresh / Waste Water Tank:79.25 / 79.25 Gal
theoretical Working Capacity: 152,847sqft Per Hour
battery Type: Lead Acid
battery: 36 V/805ah
battery Runtime: 4hr
driving Speed: 4.9mph
brush Speed: 460 U/min
brush Contact Pressure:55 - 330
water Consumption: 3.2gpm Max.
dimensions (l X W X H): 94.5 X 60.6 X 69.3 ′
* Pricing To Include Shipping*
government's Intent Is To Award A Single Contract Between The Government And The Contractor, In Accordance With Far 52.212-2. This Notice Does Not Obligate The Government To Award A Contract, Nor Does It Obligate The Government To Pay For Any Quotation Preparation Costs.
the Following Federal Acquisition Regulation (far) And Defense Acquisition Regulation Supplement (dfars) Provisions And Clauses Are Applicable To This Acquisition And Incorporated By Reference.
list Of Applicable Provisions:
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation
252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors
252.225-7000 Buy American--balance Of Payments Program Certificate.
252.225-7020 Trade Agreements Certificate—basic
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region-representation.
52.201-1 Acquisition 360: Voluntary Survey
52.204-7 System For Award Management
52.204-16 Commercial And Government Entity Code Reporting.
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-26 Covered Telecommunications Equipment Or Services--representation
52.204-29 Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures.
52.204-7 System For Award Management.
52.204-8 Annual Representations And Certifications.
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations—representation
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
52.212-1 Instructions To Offerors-commercial Products And Commercial Services.
52.212-2 Evaluation-commercial Products And Commercial Services.
52.212-3 Offeror Representations And Certifications-commercial Products And Commercial Services
52.219-1 Small Business Program Representations
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation.
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications.
52.252-1 Solicitation Provisions Incorporated By Reference.
this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. In Addition, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/
(end Of Provisions)
commercial Items (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers (i) Technical Capability Of Item To Meet The Government Requirement In Accordance With The Above Clins. (ii) Price.
list Of Applicable Clauses:
52.204-10 Reporting Executive Compensation And First-tier Subcontract Award.
52.204-13 System For Award Management Maintenance.
52.204-18 Commercial And Government Entity Code Maintenance.
52.204-19 Incorporation By Reference Of Representations And Certifications.
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25 Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-27 Prohibition On A Bytedance Covered Application
52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations
52.212-4 Contract Terms And Conditions-commercial Products And Commercial Services.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Of Executive Orders-commercial Items.
52.219-14 Limitations On Subcontracting. (deviation 2021-o0008)
52.222-3 Convict Labor.
52.222-19 Child Labor-cooperation With Authorities And Remedies. (e.o.13126)
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity For Workers With Disabilities.
52.222-50 Combating Trafficking In Persons.
52.223-5 Pollution Prevention And Right-to-know Information.
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving.
52.225-13 Restrictions On Certain Foreign Purchases.
52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.232-33 Payment By Electronic Funds Transfer.
52.232-39 Unenforceability Of Unauthorized Obligations.
52.232-40 Providing Accelerated Payments To Small Business Subcontractors.
52.233-1 Disputes.
52.233-3 Protest After Award.
52.233-4 Applicable Law For Breach Of Contract Claim.
52.246-16 Responsibility For Supplies.
52.247-16 Contractor Responsibility For Returning Undelivered Freight.
52.249-1 Termination For Convenience Of The Government (fixed-price) (short Form).
52.252-2 Clauses Incorporated By Reference.
this Solicitation Incorporates One Or More Solicitation Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Clauses May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Clauses, The Offeror May Identify The Clause By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. In Addition, The Full Text Of A Solicitation Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials.
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights.
252.203-7005 Representation Relating To Compensation Of Former Dod Officials.
252.204-7003 Control Of Government Personnel Work Product
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements
252.211-7003 Item Unique Identification And Valuation.
252.223-7008 Prohibition Of Hexavalent Chromium.
252.225-7012 Preference For Certain Domestic Commodities.
252.225-7048 Export-controlled Items
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime.
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region.
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports.
252.232-7006 Wide Area Workflow Payment Instructions.
252.232-7010 Levies On Contract Payments.
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel.
252.243-7001 Pricing Of Contract Modifications.
252.247-7023transportation Of Supplies By Sea.
5352.201-9101 Ombudsman.
5352.223-9001 Health And Safety On Government Installations.
(end Of Clauses)
offerors Shall Verify Company Information Is Accurate And Current In The System For Award Management (sam). Offerors Must Be Registered In Sam When Quote Is Received By The Contracting Office.
offerors Responding To This Announcement Shall Submit Their Quotations In Accordance With Far 52.212-1. Offerors Are Required To Provide Their Contractor's Unique Entity Id, Commercial And Government Entity (cage) Code With Their Quote. The Cage Code Entered Must Be For That Name And Address Provided By The Contractor. Offerors Are Required To Be Registered In And Wide Area Workflow (wawf) For Payment Purposes. For Wawf Assistance, Please Visit Their Website At: Https://wawf.eb.mil/or By Phone At: 801-605-7095. All Responsible Sources May Submit A Response That, If Received By The Closing Date Listed Below, Shall Be Considered By The 910th Conf/pk.
all Quotes Must State At A Minimum List The Unit Price, Discount/payment Terms, Delivery Time After Receipt Of Award, Expiration Date Of Quote And Fob Terms (if Applicable). Offerors Are Responsible For Ensuring Their Quote Has Been Received And Is Legible.brand Name Or Equal: The Buyer Is Allowing Sellers To Submit Bids For Alternate Items, Provided Those Items Meet All Of The Salient Physical, Functional, Or Performance Characteristics Specified By This Solicitation. Sellers Must Enter Exactly What They Are Bidding (including Make, Model And Description) Into The Blank Description Field In Order For The Bid To Be Considered. The Buyer Will Evaluate 'equal' Items On The Basis Of Information Furnished By The Seller Or Identified In The Bid And Reasonably Available To The Buyer. The Buyer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Bid.please Submit Brochures For Each Item Listed Above. If Brochures Are Not Submitted, Quote Will Be Deemed Technically Unacceptable.
quotes Must Be Received By The 910th Contracting Office No Later Than 10:00 A.m. Eastern Standard Time (est) On February 28, 2025. Please Submit Quote Via Email To Joshua.indorf.1@us.af.mil.
Closing Date28 Feb 2025
Tender AmountRefer Documents
201-210 of 3114 active Tenders