Survey Tenders
Survey Tenders
Kent County Council Tender
Others
United Kingdom
Details: Speech, Language And Communication Needs – Delivering Inclusion Within The Curriculum For Education (dice) Service Kent County Council Is Seeking To Commission A Speech, Language And Communication Needs – Delivering Inclusion Within The Curriculum For Education (dice) Service, That Supports Children And Young People In Mainstream Schools And Across Community Settings, Such As Family Hubs, During Both Term Time And School Holiday Periods. The Service Will Hold A Key Role In Supporting Those Children And Young People Who Are Either In Mainstream Schools And Those Who For Various Reasons Are Not Attending School Regularly (e.g. Such As Those Home Educated, Non/low-school Attendance, Living In Refuges, Etc) And Have Speech And Language Needs. This Will Be Referred To As Place-based Settings. This Service Will Initially Sit Alongside The Wider Community Services Provided By The Nhs Kent And Medway Integrated Care Board (icb) With An Ambition For The Services To Be Seamless Provision To Those Accessing The Services. The Balanced System® Framework Is A Framework For Commissioning Speech, Language And Communication Needs (slcn) For Children And Young People. The Aim Is To Use The Framework To Understand, Plan And Evaluate Services To Support Children And Young People With Slcn Within Place-based Settings Across Kent. The Framework Has Been Developed In Line With Both National Policy And Legislation, As Well As Professional Guidance For Speech And Language Therapists, To Deliver Integrated Services For Children And Young People. Subject To Acquiring Approval, It Is Kent County Council’s Intention To Commission A Speech, Language And Communication Needs – Delivering Inclusion Within The Curriculum For Education (dice) Service, Commencing 1 September 2025. The Council Therefore Wants To Conduct Market Engagement To Determine The Most Appropriate Service Model For This Provision Across Kent. Service Delivery Will Be In Partnership And Working With The Wider Stakeholders, Including, But Not Limited To Nhs Kent And Medway Integrated Care Board (icb), 12 District And Borough Councils, Medway Council. As Part Of Kent County Council’s Commitment To Fairness, Openness And Transparency The Prior Information Notice (pin) Is Issued Solely For The Purpose Of Conducting Pre-procurement Market Testing With The Following Aims: • To Develop A Suitable Delivery Model. • To Understand The Market And Readiness To Deliver The Dice Provision Across Kent. • To Explore The Most Viable Commissioning Approach To Deliver The Provision. • To Explore Whether Recruitment And Retention To The Model Is Achievable. As Part Of This Pre-tender Process A Short Questionnaire Is Available To Interested Providers To Complete. To Register An Interest In This Opportunity Providers Must Submit An ‘expression Of Interest’ (eoi) Through The Kent Business Portal And Complete The Associated ‘slcn Survey Questionnaire' And Return To Us Before Monday 17th February 2025 Questions Are As Follows: - 1. Please Give Your Reasons Why You Would Be Interested In Bidding For This Opportunity. If There Are Any Barriers To Bidding, Please Also Specify 2. Options Under Consideration Include Deciding The Duration Of The Contract, Procuring A Longer-term Contract (minimum 5-year Initial Term) With Optional Extensions Up To 24 Months Is Being Considered. Is This An Option That You Would Welcome And Why. 3. Options Being Proposed Include Delivery Of These Services Within The Balanced System ® Would This Present Any Challenges To Your Organisation And Why? Please Note That Feedback From Questionnaires And The Workshops Will Be Shared With Every Provider Who Has Expressed An Interest Once This Pre-tender Market Engagement Has Concluded. Please Be Aware That This Eoi Will Close At 12 Pm On 17th February 2025 And All Responses Will Need To Be Submitted Via The Kent Business Portal By This Time.
Closing Soon17 Feb 2025
Tender AmountRefer Documents
Overseas Workers Welfare Administration - OWWA Tender
Others
Philippines
Details: Description "republic Of The Philippines Overseas Workers Welfare Administration Owwa Center Bldg., F.b. Harrison St., Cor. 7th St., Pasay City Tel# 833-0113 Telefax# 833-1010" P.r. No. 2025-02-0003 Date: 6-feb-25 Request For Quotation / Proposal Company Name: Address Of Company: To Whom It May Concern: Please Quote Your Lowest Price/s (taxes Included) On The Lot Or Item/s Below, Subject To The General Conditions Indicated Herein, Stating The Shortest Time Of Delivery And Submit Your Quotation Using Your Company Letterhead Or This Form Duly Signed By Your Official Representative To Overseas Workers Welfare Administration, Third Floor Owwa Center Building, 7th Street Corner, Fb Harrison, Pasay City Not Later Than 13 February 2025 @ 10:00 A.m. Marian Gabrielle F. Pizarra / Nimfa C. Unica Supply Officer / Oic, Ppmd Project Title/name: Proposal For The Purchase Of 2,000 Meters Online Assessment For One (1) Year Dealer's/supplier's Offer Item No. S P E C I F I C A T I O N S Qty Unit Approved Budget For Contract (abc) "unit Cost (vat Inclusive)" "total Cost (vat Inclusive)" 1. Purchase Of Online Assessment -2000- Meters ₱500,000.00 One (1) Lot Purchase Of Assessment System For One (1) Year With The Following Type Of Assessments: Cognitive/aptitude Basic Mental Ability Assessment Profiles Ability Profiler Critical Thinking Assessment / Abstract Reasoning Assessment Mechanical Understanding Test Learning Agility Assessment Personality/behavioral Work Motivational Intensity Counter Productive Work Behavior Profile Survey Emotional Stability Profile Disc Personality Profile / Personality Type Indicator Tenacity Assessment Competency Supervisory Skills Test / Managerial Skills Test Clerical Perception Test Accounting Skills Test Eskills Test (subject And Job Based Test) Basic English Test / Grammar Skills Test Digital Literacy Test Customer Service Skills Test / Training Skills Microsoft Office Subjects Other Requirements: - Provider Should Be In Operation In The Field Of Industrial Psychological Testing For More Than Ten (10) Years Service Provider Proven By Sec Registration/dti Registration - Have Catered To At Least Ten (10) National Government Agencies And/or Government Institutions/government Owned Corporations Within The Past Three (3) Years. As Proof, Service Provider Must Provide Any Of The Following: Notice To Proceed/certificate Of Completion/contract/client Satisfaction Rating - Has Client Satisfaction Rating Of At Least Satisfactory For More Than Five (5) Years. - Offers Online Assessment Site/assessment Center Wherein Users With Administrative Access Can Schedule Applicants For Assessment, Monitor Completion Of Test Status And Generate/view Reports Online Validated During Post Qualification Evaluation - Has A Screen Capture Feature For Off-site Assessment To Validate That The Application Taking The Exam Is Indeed The Scheduled Applicant Validated During Post Qualification Evaluation - Preferably Offers Some Battery Test In Tagalog Validated During Post Qualification Evaluation - Provides Monthly Report Of Meters Used For Proper Monitoring And Information Of Utilization Rate - Has A Helpdesk Readily Available Whether On Line Or Over-the-phone To Assist On The Inquiries Of Employees - Complies With The Provision Of Data Privacy Act Of 2012 Terms Of Payment: Financial Proposal Shall Be Binding On The Bidder For A Bid Validity Of 120 Days Owwa Shall Not Pay Any Additional Charges/fees On Top Of The Approved Proposal Amount/contract Price Additional Documentary Requirements Must Be Submitted Upon Submission Of Offer: 1. Philgeps Certificate Or Philgeps Registration Number 2. Mayor's / Business Permit Please Take Note That The Omnibus Sworn Statement Shall Be Submitted Within 5 Days Upon Acceptance Of Notice Of Award. Note: Bidders May Also Submit Their Bid Proposal And Supporting Documents Through Email Address: Procurement@owwa.gov.ph "general Conditions 1. Entries Must Be Typewritten / If Handwritten, It Must Be Clear And Legible; 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec, Lgu, Dti, Cda, Etc.); 4. All Quotation Can Be Submitted Through The Following Means: A) In A Sealed Envelope, Or B) Thru Electronic Mail, Or C) Facsimile. Label The Envelope With The Following: Bidder's Company Name Philgeps Reference No. Project Title/name Pr No. 5. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 6. Quoted Prices Must Be Inclusive Of Taxes And Shall Not Exceed The Approved Budget For The Contract (abc); 7. Proposal/quotation Submitted Without Signature Of The Authorized Signatory Shall Not Be Accepted; 8. Proposal/bid Modifications Submitted Beyond The Scheduled Deadline Shall Not Be Considered; 9. Price Quoted/ Submitted On The Deadline Shall Be Considered As Final And Unalterable; 10. Use Of Non-discretionary/non-discriminatory Selection Criteria As Tie-breaking Method In Case Of Two Or More Bidders Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb) In Accordance With Gppb Circular No. 06-2005; 11. The Owwa Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. " Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Delivery: Within 5 Calendar Days Upon Receipt Of Contract/ntp Terms Of Payment: One-time Payment Price Validity: 60 Days From Date Of Quotation/proposal Company Name Print Name And Signature Of Authorized Representative Designation Company Tel./fax/mobile No. Date
Closing Soon13 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
INDIAN HEALTH SERVICE USA Tender
Others
United States
Details: This Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation, An Obligation Or Commitment By The Albuquerque Area Indian Health Service. This Notice Is Intended Strictly For Market Research To Determine If A 100% Set Aside For Indian Small Business Economic Enterprise (isbee) Or If A 100% Set Aside For Small Business Concerns Can Fulfill The Requirements Set Forth In This Request For Information.
the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (indian Small Business Economic Enterprise (isbee) Or Other Small Business). This Is A Request For Information Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Albuquerque Area Indian Health Service Is Conducting A Market Survey To Help Determine The Availability Of The Following Service:
naics Code: 334290
naics Code Description: Other Communication Equipment Manufacturing.
to Provide Annual Support With Calibration Services For The Temperature Monitoring System. Brand Name Or Equal (aug 1999)
acquisition Will Be For Base Period With Four Option Periods.
zuni Comprehensive Community Health Center (zcchc)21b Avenuezuni, New Mexico 87327
responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On Federal Business Opportunities Website Http://www.sam.gov At A Later Date, And All Interested Parties Must Respond To The Solicitation Announcement Separately From The Responses To This Announcement In Order To Be Considered.
responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Appropriate.
interested Parties Are Required To Be Registered And Certified In The System For Award Management (sam) Thorough Https://www.sam.gov.
responses To This Notice Should Include Company Name, Address, Point Of Contact, Unique Entity Id Number, Size Of Business Pursuant To North American Industrial Classification System (naics) And Shall Respond To The Following Questions:
is Your Business An Indian Small Business Economic Enterprise(isbee)? Is Your Firm A Veteran Owned Small Business? Certified Service-disabled Veteran Owned? Is Your Firm A Woman-owned Or Operated Business? Is Your Business A Small Business?
interested Businesses Are Required To Submit A Statement Of Capabilities (soc) Demonstrating:
ability To Manage The Services, Description Of Past Performance On Previous Contracts, Dollar Value Of Each Contract, Number Of Employees For Each, The Types And Range Of Skills Of Employees For Each, And Point Of Contact And Telephone Number Of The Contracting Activity For Each Contract.
a Capability Statement, Including Summary Of Relevant Performance History (with Points Of Contact And Applicable Telephone Numbers, Fax Numbers, Addresses And Email Addresses, If Available) Within The Past Three Years.
complete The Indian Small Business Economic Enterprise (isbee) Representation Form.
submit All Information To Shannon Eldridge-shorty Via E-mail: Shannon.eldridge-shorty@ihs.gov, February 20, 2025 At 03:00 Pm (mt).
Closing Date20 Feb 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Combined Synopsis/solicitationnon-personal Landscaping Services For National Weather Service (nws) Weather Forecast Office (wfo) Located In Bismark, Nd(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0074.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561730. The Small Business Size Standard Is $9.5 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2025 Through 3/31/2026.clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2026 Through 3/31/2027.clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2027 Through 3/31/2028.clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2028 Through 3/31/2029.clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2029 Through 3/31/2030. (vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-5379, Revision No. 24, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 4/1/2025 Through 3/31/2026.option Period 1 For A Twelve Month Period 4/1/2026 Through 3/31/2027.option Period 2 For A Twelve Month Period 4/1/2027 Through 3/31/2028. Option Period 3 For A Twelve Month Period 4/1/2028 Through 3/31/2029. Option Period 4 For A Twelve Month Period 4/1/2029 Through 3/31/2030.place Of Performance Is Nws - Bis2301 University Drive, Bldg. 27 Bismarck, Nd 58504burleigh County(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On 2/14/2025. All Quotes Must Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Isabel.vigil@noaa.gov. Questions Should Be Received No Later Than 2/12/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Jeffrey Savadel (jeffrey.savadel@noaa.gov, 701-250-4224) To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Isabel.vigil@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Isabel.vigil@noaa.gov 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.1. technical Approach And Capability2. past Performance, Including Submission Of Completed Past Performance Questionnaires3. price4. the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (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. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; 1. technical Acceptability/capability. Quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating.2. pricethe Government Intends To Award A Low Priced, Technically Acceptable, Multiple Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30.(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)
Closing Soon14 Feb 2025
Tender AmountRefer Documents
331-340 of 3296 active Tenders