Survey Tenders
Survey Tenders
DCB Bank Tender
Real Estate Service
India
Description: Flat No. A-107 Admeasuring About 650 Sq.fts I.e.60.40 Sq.mtrs Along With Undivided Share In The Land Admeasuring About 10 Sq.mtrs Lying And Located On The First Floor Of The A-wing Building Known As Shree Shubh Residency Constructed On The N.a Land Bearing Survey No.141/3 Paikee 1 Admeasuring About 9206 Sq.mtrs Paikee Plot No.16 17 18 23 24 25 Situated At Village Pardi Sandhpore Ta. And District Valsad
Closing Date6 Mar 2025
Tender AmountINR 500 K (USD 5.7 K)
DCB Bank Tender
Real Estate Service
India
Description: Flat No 302 3rdfloor Admeasuring 600 Sq Feet Bhelim House N.a. Land Bearing Survey No.295/7+298 Paiki Admeasuring About 264.12 Sq.mtrs Bearing Computerized Survey No.295/plo/7/2 Situated At.chala Ta.vapi Dist.valsad.
Closing Date6 Mar 2025
Tender AmountINR 810 K (USD 9.3 K)
DCB Bank Tender
Real Estate Service
India
Description: Flat No.403 On 4th Floor Admeasuring 628.28 Sq.fts Super Build Up Area And 405.94 Sq.fts I.e.37.71 Sq.mtrs Build Up Area And 338.28 Sq.fts Carpet Area And Along With Undivided Share In The Land Of Radhe Residency Situated At Revenue Survey No.28/4 Block No.87 Of Ankurnagar Tenament No.1 In Plot No.17 & 18 Totally Admeasuring 150.01 Sq.mtrs Of Moje Sayan Ta Olpad District Surat.
Closing Date6 Mar 2025
Tender AmountINR 270 K (USD 3.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Chemical Products
United States
Details: This Request For Information (rfi) - Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e).
see Attachment For Details:
Bipap V60 Replacement For Clarksburg Vamc
Brand Name Or Equal To Nihon Kohden Iaw Statement Of Work
Must Provide An Authorized Distributor Letter If You Are Not The Manufacturer At The Time Rfi Will Close To Qualify For This Solicitation .
Must Provide The Country Of Origin (coo) For Each Line Item
this Is A Requirement For:
u.s. Department Of Veterans Affairs Va Medical Center (vamc).
description:
the Clarksburg Vamc Requires The Contractor To Deliver Within 90 Days From Contract Award To The Va Medical Facility Warehouse Below During Normal Business Hours From 8:00 A.m. To 3:30 P.m. (est), Monday Through Friday:
delivery To:
u.s. Department Of Veterans Affairs
clarksburg Va Medical Center
warehouse/attn:
1 Medical Center Drive
clarksburg, Wv 26301
disclaimer:
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
note: The Contractor Shall Deliver Required Commodities (please See Attachments) No Later Than 90 Days Or Less From Date Of Award, Unless Otherwise Directed By The Contracting Officer (co). Commodities Shall Not Be Delivered To The Government Site On Federal Holidays Or Weekends Unless Directed By The Co. Delivery Shall Be Made Between The Hours Of 8:00 Am And 3:30 Pm Of The Delivery Location, During Normal Workday Business Hours.
the U.s. Government Is Performing Market Research To Identify Responsible Sources Who Have The Skills, Experience, And Knowledge Required To Successfully Meet The Requirements. Information Received From Market Research Will Determine The Best Acquisition Strategy And If Responsible Sources Exist For Competition, And/or A Total Small Business Set-aside. This Is Only For Market Research But May Result In An Invitation To An Open Discussion With The U.s. Government. This Notice Is Not To Be Construed As A Commitment By The U.s. Government. All Information Is To Be Submitted At No Cost Or Obligation To The U.s. Government.
any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Propriety Information Or Trade Secrets Should Be Clearly Marked. Information Received Will Not Be Returned. The U.s. Government Reserves The Right To Reject, In Whole Or In Part, Any Private Sector Input As A Result Of This Sources Sought Notice/market Survey.
the U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Notice. All Responses To This Sources Sought Must Be Submitted To The Point Of Contact Listed Herein. This Does Not Constitute A Commitment, Implied Or Otherwise, That Procurement Will Be Accomplished And Is Not A Request For Proposal Or Invitation For Bid. Responding To This Notice In No Manner Guarantees A Contract Will Be Awarded.
**respondents To This Source Sought Announcement Capable Of Manufacturing These Items Should At A Minimum Provide The Following Information For U.s. Government Review**
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
are You The Manufacturer Or Distributor Of The Items Being Referenced Above?
what Is The Place Of Manufacturing For The Requested Items? 52.212-3(j)
if Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. Must Complete Place Of Manufacturer.
(j) Place Of Manufacture. (the Solicitation Is Predominantly For The Acquisition Of Manufactured End Products.) For Statistical Purposes Only, The Offeror Shall Indicate Whether The Place Of Manufacture Of The End Products It Expects To Provide In Response To This Solicitation Is Predominantly
(1) __ In The United States (check This Box If The Total Anticipated Price Of Offered End Products Manufactured In The United States Exceeds The Total Anticipated Price Of Offered End Products Manufactured Outside The United States); Or
(2) __ Outside The United States.
if You Are Not A Manufacturer. Company Shall Provide An Authorized Distributor Or Reseller Letter From Original Equipment Manufacturers (oem) To Qualify For This Requirement.
does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number And Sin Number?
if You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract/sin?
must Provide Manufacture Name (oem) & Manufacturer Part # (mpn).
please Provide General Pricing For Your Products/solutions For Market Research Purposes.
Legal Business/company Name (as It Is Indicated In Https://sam.gov ).
Unique Entity Id Uei (sam) & Duns Number.
Warranty Information (can Be A Separate Attachment).
Point Of Contact Name, Telephone Number And Email Address.
must Provide The Estimated Delivery Time Frame After Award. For Example: Within 60 Days Aro, Within 90 Days Aro.
the Government Intends To Award A Firm-fixed Price (ffp) Contract For This Purchase.
to Be Considered For Award, Prospective Quoters Must Be Registered With The System For Award Management (sam) Website And Complete Representations And Certifications At Https://www.sam.gov . Prospective Awardees Must Be Registered With The System For Award Management (sam) At Http://www.sam.gov. Prior To Award And Through Final Payment And Must Complete The Online Representations And Certifications Application (orca) At Http://www.sam.gov Prior To Award And Through Final Payment. Contract Will Not Be Awarded Until Sam Registration Has Been Completed. Sdvosb And Vosb Socio-economic Categories Must Be Verified In The Sba Website, U.s. Small Business Administration: Https://veterans.certify.sba.gov, At The Time Of Receipt Of Quotes And At The Time Of Award.
responses To This Notice Shall Be Submitted Via Email: Mohsin.abbas2@va.gov. No Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, Feb 28, 2025, By 3:00 Pm (est).
responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sam.gov/open Market Or Gsa Ebuy.
statement Of Work (sow)
bipap V60 Replacement
general:
scope Of Services:
the Purpose Of This Requirement Is To Replace The Current V60 Non-invasive Positive Pressure Ventilators For The Respiratory Department At The Louis A. Johnson Vamc. The Brand Name Nkv-330 Ventilator System Or Equal Requirement Includes The Ventilators, Accessories/carts, And Software For The Eight (8) Systems. The Procurement Shall Include All Parts, Materials, Labor, Software/licenses, And Travel To Complete The Full Installation Of The Ventilators.
location: Louis A. Johnson Va Medical Center, 1 Medical Center Drive, Clarksburg, Wv 26301
performance Period: Delivery Within 90 Days From Contract Award
work Hours:
hours Of Operation: Normal Business Hours Are Monday Through Friday, 7:00 A.m. To 4:00 P.m., Excluding Holidays. Should The Contractor Require Work Afterhours, The Contractor Shall Arrange In Advance With The Contracting Officer S Representative (cor).
delivery Hours: The Warehouse Is Open To Receive Deliveries Monday Through Friday, 7:00 A.m. To 4:00 P.m., Excluding Holidays.
national Holidays: The Holidays Observed By The Federal Government Are: New Year S Day, Martin Luther King Day, President S Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. Contractor May Work On Holidays With Prior Communication And Coordination.
specifications:
minimum Technical Requirements: Brand Name Nkv-330 Ventilator System Or Equal:
the Procurement Is For A Quantity Of Eight (8) Non-invasive Positive Pressure Ventilators.
six Ventilators Shall Include A Wheeled Trolley, Bedrail Hook, Etco2 Cable, Dual Oxygen Cylinder Holder, Circuit Arm, Waterbag Pole, And 8ft Diss Oxygen Hose.
two Ventilators Shall Include A Wheeled Trolley, Bedrail Hook, Dual Oxygen Cylinder Holder, Circuit Arm, Waterbag Pole, And 8ft Diss Oxygen Hose.
the Ventilators Shall Have Bilevel Positive Airway Pressure (bipap) Capability.
the Devices Should Have Heated High Flow Nasal Cannula Capability.
the Ventilator Shall Be Able To Be Used In The Following Modes:
spont Ps (spontaneous Ventilation With Pressure Support)
s/t (spontaneous With Timed Backup)
pcv (pressure Control Ventilation)
prvc (pressure Regulated Volume Control)
pps (proportion Pressure Support Ventilation)
o2 Therapy (high Flow Oxygen Therapy)
the Systems Shall Be Functional With Or Without Built-in Leak Circuits.
the Systems Shall Have Dual Hepa Filtration.
the System Shall Have Visible Alarms For Critical Ventilator Events.
the Ventilators Shall Include Full Data Disclosure With At Least 72 Hours Of Continuous Analog Signals Stored.
the Procurement Shall Include Roll Stands And The Required Brackets/mounts For Use With The Roll Stands.
the System Shall Include All Necessary Software And Licenses.
the Ventilators Shall Have A Color Touch Screen At Least 12 Inches Diagonally.
the Ventilators Shall Have A Battery Life Of At Least 5 Hours And/or Continuous Battery Life With Hot-swappable Batteries.
the Devices Should Feature Integrated Capnography (etco2) Monitoring Capability.
the Devices Should Be Compatible With Nppv Masks.
the Unit Must Have Or Accept The Bracket Necessary For The Fisher & Paykel Mr850 Heated Humidifiers That Will Be Used In-circuit.
the Systems Should Include An Anti-asphyxiation Valve.
contractor Shall Provide Two Copies Of The Operating And Service Manuals.
delivery Requirements
delivery Is Required 90 Days From Award Of The Contract.
large Deliveries Are To Be Coordinated In Advance With The Cor To Ensure Necessary Planning Takes Place.
contractor Is To Provide The Cor With Shipment Tracking Information.
installation Requirements
full Installation Of The System Shall Be Included As A Part Of This Contract.
all Parts, Materials, Tools, Labor, And Travel To Complete The Installation Shall Be Included As A Part Of This Contract.
contractor Is Required To Complete All Configuration For The System To Be Usable.
contractor Shall Provide Validation That The System Is Fully Functional Upon Completion Of The Installation/implementation.
patient Health Information
the Contractor Shall Safeguard Patient Health Information.
the Contractor Shall Report To The Biomedical Engineering Department Any Issues With Disclosed Or Unsecure Patient Health Information.
de-installation Requirements
contractor Shall Not Remove Any Hard-drives Or Storage Systems Containing Sensitive Or Patient Health Information.
training Requirements
contract Shall Include Training For The End-users In The Operation Of The System.
training Shall Be On The Function And Use Of The Device, In Addition To Any Software/applications During The One Week Of Installation.
training Shall Be On-site.
contract Shall Include Training For The Technical Professionals (biomedical Equipment Support Specialists)
training Shall Include Two Days Of On-site Instruction Covering Operation, Basic Servicing, Preventative Maintenance, Disassembly And Reassembly, And System Servicing.
contractor Requirements
all Contractor Personnel Performing Installation Services Of The Equipment Shall Have Factory Training And Experience In The Implementation Of The Equipment.
contractor Shall Provide Copies Of Training Certificates For The Contractor Personnel Performing Work On-site Upon The Request Of The Government.
warranty Information
the Equipment Shall Have A Warranty Of 1 Year From The Full Installation/acceptance Of The Equipment.
warranty Support Shall Include Repair Of The System.
warranty Support Shall Include All Parts, Materials, Labor, And Travel To Complete The Repair Or Maintenance.
requests For Warranty Support Shall Be Made To The Telephone Support Number Provided By The Contractor.
warranty Support Requests Shall Be Responded To Within 1 Day.
contractor Shall Provide A Copy Of The Service Report, Complete With Test Data, To The Contract Cor Within Five Working Days After Completion Of Any Services.
service Reports Shall Include Identifying Information About The Equipment, All Services Provided During The Service Visit, Any Issues Found During The Visit, The Technician/engineer Names Of The Personnel Performing Work, And The Date Service Was Provided.
on-site Procedures
contractor Personnel Arriving On-site To Perform Work Shall Report To The Biomedical Engineering Department.
contractor Personnel Shall Sign In Using The Department S Vendor Sign In Sheet, Filling Out All Required Information.
contractor Personnel S Tool Bags Are Subject To Inspection By The Biomedical Engineering Department Upon Arrival And Upon Departure.
contractor Personnel Shall Sign Out Upon Completion Of Visit.
prior To Departure, Contractor Personnel Are Required To, At A Minimum, Verbally Report Any Issues With The Equipment To The Biomedical Engineering Department, Especially Noting If The System Is Still Down Or Not Fully Repaired.
the Va Campus Is Non-smoking. Contractor Personnel Are Required To Comply With This Policy.
parking. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas.
safety And Security
contractor Shall Follow All Occupational Safety And Health Administration (osha) Laws And Regulations. The Contractor Is Responsible For Reporting Any Hazards They Come Across To Their Point Of Contact.
contractor Shall Follow All Local Procedures Concerning Infection Control. Should The Contractor Be Unsure Of The Requirements, The Cor Can Provide The Specific Information And Procedures.
contractor Personnel Shall Wear Visible Identification At All Times While On Va Property. Contract Personnel Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials.
property Damage
the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property.
the Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor Unless Corrective Action Is Taken.
any Damaged Material (i.e., Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer.
quality Assurance
end-users, Biomedical Engineering, And/or The Contract Cor Shall Perform System Verification Tests To Ensure The System Is Fully Functional Following Service/repairs.
issues With The Quality Of The Contractor S Work Will Be Communicated Through The Contracting Officer To The Contractor Point Of Contact For Resolution.
documentation With Be Completed In The Government Systems.
records Management Obligations
a. Â applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
b. Â definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes [agency] Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their [agency] Contract.
may Include Deliverables And Documentation Associated With Deliverables.
c. Â requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
[agency] And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of [agency] Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To [agency]. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To [agency] Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With [agency] Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public [agency] Information That Are Not Specifically Tied To Or Authorized By The Contract.â
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
the [agency] Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which [agency] Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. Â all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
line-item Description
bipap V60 Replacement
Brand Name Or Equal To Nihon Kohden Iaw Sow
b.3 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
6.00
ea
__________________
__________________
comprehensive Nkv330, Trolley, Accessories
nkv330-comp-t/za
"brand Name Or Equal To Nihon Kohden Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6515 - Medical And Surgical Instruments, Equipment, And Supplies
manufacturer Part Number (mpn): Nkv330-comp-t/za
local Stock Number: Nkv330-comp-t/za
0002
2.00
ea
__________________
__________________
transport Nkv330, Trolley, Accessories
nkv330-tp-t/za
"brand Name Or Equal To Nihon Kohden Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6515 - Medical And Surgical Instruments, Equipment, And Supplies
manufacturer Part Number (mpn): Nkv330-tp-t/za
local Stock Number: Nkv330-tp-t/za
0003
4.00
bx
__________________
__________________
nppv Capone Mask, Medium, Bx 4
a/msk3314p-4
"brand Name Or Equal To Nihon Kohden Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6515 - Medical And Surgical Instruments, Equipment, And Supplies
manufacturer Part Number (mpn): A/msk3314p-4
local Stock Number: A/msk3314p-4
0004
4.00
bx
__________________
__________________
nppv Capone Mask, Large, Bx 4
a/msk3313p-4
"brand Name Or Equal To Nihon Kohden Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6515 - Medical And Surgical Instruments, Equipment, And Supplies
manufacturer Part Number (mpn): A/msk3313p-4
local Stock Number: A/msk3313p-4
0005
4.00
bx
__________________
__________________
nppv Capone Mask, Small, Bx 4
a/msk3315p-4
"brand Name Or Equal To Nihon Kohden Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6515 - Medical And Surgical Instruments, Equipment, And Supplies
manufacturer Part Number (mpn): A/msk3315p-4
local Stock Number: A/msk3315p-4
0006
1.00
ea
__________________
__________________
nkv-330 Biomed Training
"brand Name Or Equal To Nihon Kohden Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6515 - Medical And Surgical Instruments, Equipment, And Supplies
manufacturer Part Number (mpn): #330-bmd Training
local Stock Number: #330-bmd Training
grand Total
__________________
Closing Soon28 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: This Is A Sources Sought Announcement: Market Survey For Information Only To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Purpose Of This Announcement Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of All Firms Interested In Participating In The Competition To Compete And Perform A Firm-fixed Price Construction Contract. The Government Will Not Pay For Any Information Provided As A Result Of This Market Survey. The U. S. Army Corps Of Engineers, Memphis District Has Been Tasked To Solicit And Award A Project For Helena, Ar Floodwall.
project: The Helena, Arkansas Floodwall Replacement Project, Located In Phillips County Arkansas, Is Approximately 3,700 Linear Feet In Length And Is Divided Into (3) Segments: Northern, Middle, And Southern Segments. This Project Is For The Replacement Of Approximately 1,600 Linear Feet Of Floodwall That Only Includes The Northern And Middle Segments. This Project Will Involve The Following Types Of Work: Demolition Of Existing Concrete Structures As Well As The Existing L-shaped Floodwall; Traffic Control; Disposal Of Demolished Concrete And Construction Debris; Removal Of Old Railroad Scale Pit; Excavation Of Earthen Material; Removal Of Wooden Timber Piles; Installation Of Sheet Piles; Dewatering, Access Roads, And Excavation Of A Riverside Borrow Pit; Clearing And Grubbing; Offroad Hauling And Temporary Storage Of Borrow Material; Installation Of Wick Drains; Deployment Of Temporary Flood Protection System During Demolition And At Openings As Required Using Filled Gabion Baskets; Fabrication Of Steel Swing Gate; Installation Of A New Reinforced Inverted T Concrete Floodwall; Concrete Slope Paving; Turf Establishment; Asphalt And Concrete Pavement; And Leak Testing Of Swing Gates. There Will Be An Actively Operating Granary Within The Project Construction Limits Which The Contractor Will Be Required To Work Around. The Granary, River Levels, And Other Factors Will Affect Construction Sequencing And Schedule.
magnitude Of Construction: Between $10,000,000 And $25,000,000.
the North American Industry Classification System Code For This Procurement Is 237990 Which Has A Small Business Size Standard Of $45 Million.
small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting, They Must Perform At Least 15% Of The Cost The Contract, Not Including The Cost Of Materials, With Their Own Employees For General Construction-type Procurement. If A Large Business Firm Is Selected For This Announcement, They Must Also Comply With The Far 52.219-9 Clause Regarding The Reequipment For An Approved Subcontracting Plan. Firm's Response To This Announcement Shall Be Limited To 5 Pages (submitted In One Document) And Shall Include The Following Information:
1. Firm’s Name, Address, Point Of Contract, Phone Number, E-mail Address, Cage Code, And Uei Number.
2. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity To Execute Comparable Work Performed Within The Past Five Years. Incorporate A Brief Description Of The Project, Customer's Name, Timeline Of Performance, Customer Satisfaction And Dollar Value Of This Project - Provide At Least Three Examples.
3. Firm’s Size: Large, Small Business Category And Business Size, (small Business, Hub Zone, Service-disabled Veteran Owned Small Business, Woman Owned Small Business, Or 8(a)).
4. Firm’s Joint Venture Information If Applicable - Existing And Potential.
5. Firm's Bonding Capability (bonding Level Per Contract And Aggregate Bonding Level, Both Expressed In Dollars, Via Letter Form The Bonding Company).
interested Firms Shall Respond To This Sources Sought Announcement No Later Than Then 12:00 P.m. Cst 24 March 2025 Via Email Only.
all Interested Firms Must Be Registered In Sam (www.sam.gov) And Nist Sp 800-171 Compliant To Be Eligible For Award Of Government Contracts.
please Email Your Response To: Kimberly Bass, Contract Specialist Contracting Division, Usace - Memphis District, Memphis, Email: Kimberly.e.bass@usace.army.mil.
Closing Date24 Mar 2025
Tender AmountRefer Documents
DCB Bank Tender
Real Estate Service
India
Description: Flat No 102 Admeasuring About 535.00 Sq Fts 1stfloor Sai Vihar Appartment Bearing Survey No 11/p/11+27+9+10/2/paikee 3 Paiki Plot No 37 New Survey No 610 Situated At Chharwada Ta. Vapi Dist. Valsad.
Closing Date6 Mar 2025
Tender AmountINR 450 K (USD 5.2 K)
41-50 of 3446 active Tenders