Survey Tenders
Survey Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: In Accordance With Far Part 10, Market Research, This Is A Sources Sought To Determine The Availability Of Potential Sources/vendors Having The Skills And Capabilities Necessary Capabilities To Furnish Rental Of Home Oxygen Equipment And Related Services For The Department Of Veterans Affairs Medical Centers Located In Indiana/michigan, Visn 10. All Interested Contractors Are Invited To Provide Information To Contribute To This Market Survey/sources Sought Including, Commercial Market Information. This Sources Sought Notice Is For Information And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Va Is Currently Conducting Market Research To Locate Qualified, Experienced, And Interested Potential Sources Relative To Naics 621610, Home Health Care Services. Responses Will Not Be Considered As Proposals, Nor Will Any Award Be Incurred By Interested Parties In Responding To This Sources Sought Announcement.
general Requirements:
visn 10 Indiana/michigan Has Approximately 60,000 Patients Annually.â The Objective Is To Solicit Competitive Proposals And Make A Single Award For All Medical Facilities Within Visn 10 Indiana/michigan.
medical Facilities:
aleda E. Lutz Vamc
1500 Weiss Street
saginaw, Mi 48602
va Ann Arbor Healthcare System
2215 Fuller Road
ann Arbor, Mi 48105
battle Creek Vamc
5500 Armstrong Road
battle Creek, Mi 49037
john D. Dingell Vamc
4646 John R Street
detroit, Mi 48201
northern Indiana Healthcare System (nihcs)
ft. Wayne Campus Marion Campus
2121 Lake Ave. 1700 East 38th Street
ft. Wayne, Mi 46805 Marion, In 46953
veteran Health Indiana
1481 West 10th Street
indianapolis, In 46202
requested Submittal Information:
contractors Having The Skills And Capabilities Necessary To Perform The Stated Requirements Should Submit A Response Of No More Than 10 Pages In Length, Single Spaced, 12-point Font Minimum. The Government Will Not Review Any Other Data Or Attachments That Are In Excess Of The 10 Pages. Companies Should Provide Clear And Unambiguous Evidence To Substantiate Their Capability To Fulfill These Requirements.
interested Parties Shall Furnish The Following Minimum Information:
company Name And Address.
company Point Of Contact Name, Telephone Number And Email Address.
Is Your Business Large Or Small?
if Small, Does Your Firm Qualify As A Veteran Owned Business (registered In Vetcert), Woman Owned Small Business, Emerging Business, Or Small Disadvantaged Business?
if Disadvantaged, Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act
is Your Firm A Certified Hub Zone Firm?
if Your Firm Is A Sdvosb Or Vosb, Are You Registered With Vetcert Registry? If Not, Please Register At: Veteran Small Business Certification
does Your Firm Have A Sam Unique Entity Id? If So, Please Provide.â if Not, You Must Get One From Www.sam.gov.
is Your Firm Registered With The System For Award Management (sam) At Home | Sam.gov? If Not, Please Register As Soon As Possible.
if The Company Holds A Federal Supply Schedule (fss) Contract, List The Gsa Contract Number And Relevant Sins.
does Your Firm Have A Website Address? Please Provide.
does Your Company Have The Capability To Provide Rental Of Home Oxygen Equipment And Services To Visn 10 Michigan/indiana?
does Your Company Have The Capability To Provide Transition From Liquid Oxygen To Home Fill Systems?
does Your Company Have Experience With Large Scale Distribution Of Home Fill Systems?
does Your Company Provide For Service Code Q201 Medical General Healthcare
Does Your Company Provide Rental Of Oxygen Tanks And Related Equipment Such As Regulators And Compressors; Gases Compressed And Liquefied For Oxygen That Must Be Included In The Rental Of The Tanks?
what Commercial Practice Is Used To Determine Monthly Rental Rates?
capabilities/qualifications: A Written Response Providing Clear And Unambiguous Evidence To Substantiate The Capacity To Fulfill This Requirement. Description Of The Capabilities/qualifications/skills Your Company Possesses To Perform Services Described In The Scope Of Work.
do You Need To Subcontract Any Portion Of Work To Provide These Services Stated Herein?
past Experience: Brief Summary Of The Company History Relative To Similar Requirements. Offer May Provide The Following Information On A Maximum Of Three (3) Similar Projects For Which The Responder Was A Prime Or Subcontractor.
the Name, Address, And Value Of Each Project.
the Prime Contract Type, Firm Fixed-price, Cost Type Or Time And Material.
the Name, Telephone, And Address Of The Owner Of Each Project.
a Description Of Each Project And Why It Is Relevant To This Requirement. Include Difficulties And Successes.
your Company S Role And Services Provided For Each Project.
what Are The Common Qualifications Of The People Who Are Providing These Services?
telephone And Faxed Responses Will Not Be Accepted Nor Responded To. Questions Will Not Be Allowed At This Time. This Request Is For Market Research Only. It Is Requested That The Above Information Be Provided No Later Than 02/28/2025 At 13:00 Et. Responses Should Be Emailed To Kristina L. Peart At Kristina.peart@va.gov.
Closing Soon28 Feb 2025
Tender AmountRefer Documents
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS Defra Network ETendering Portal
Others
United Kingdom
Description: Tncea England Ecosystem Survey Soil Sampling And Assessment Survey 2025-26
Closing Date31 Mar 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+1Road Construction
Germany
Description: Contract notice – general guideline, standard rule, open procedure (services) Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost, phases 1-7 Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost between Dolivostrasse and Willy-brandt-platz, phase 1-... Additional planning of traction current reinforcement/overhead line system Bismarckstrasse-ost, phase 1-7 Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost between Dolivostrasse and Willy-brandt-platz, phase 1-7 Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost, phase 1-7 The invitation to tender covers the planning of the overhead line system described below in the Heag Mobilo tram network. The planning service includes service phases 1 to 7 (basic services) as well as special services. A traction current reinforcement is required for the section of the so-called Bismarckstrasse-East, between the Bismarckstrasse / Dolivostrasse junction and the middle of Willy-Brandt-Platz. To do this, the existing single overhead line is to be replaced by a cable glider overhead line with a double reinforcement line. A new overhead line system on masts and wall anchors in combination with the municipal lighting system, with a grid dimension of approx. 30.00 m, is to be planned. The lighting planning is to be coordinated with the public lighting and line coordination of the mobility and civil engineering office of the city of Darmstadt. As an additional service, surveying services in the Gauss-Krüger coordinate system, location status 100 in the connection areas and route coordination for mast foundations are to be provided. Technical data: - Length of track: approx. 650 m - Track width: 1000 mm - Nominal overhead line voltage: DC 600 V / DC 750 V - Standard overhead wire height: 5.50 m Execution planning: - Overhead wire: Ris-120 - Reinforcement line: 2 x Cu 120 mm2 - Overhead wire side system: +/- 0.35 m - Insulation: triple The current plan is to build a new system. In parallel with the renewal of the overhead line system, the existing track systems will be completely renovated and two stops will be made barrier-free. The complete renovation of the overhead line system will take place in the shadow of this construction project. Note: A site visit before submitting the offer is strongly recommended. The appointment for this will be made via the Heag Mobilo GmbH awarding office using the awarding platform.
Closing Date24 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
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:
Audiology Booth Baltimore Vamc - Cambridge Cboc
Brand Name Or Equal To Eckel 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 Baltimore Cboc 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
baltimore Va Medical Center
cambridge Cboc
warehouse/attn:
830 Chesapeake Drive
cambridge, Md 21613
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 2:00 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)
audiology Booth
va Maryland Health Care System
baltimore, Md
purpose:
the Va Maryland Health Care System Is Seeking To Procure And Install An Audiology Booth At The Cambridge Va Clinic. This New Audiology Booth Will Replace A Nonfunctional Audiology Booth. The Audiology Booth Will Provide A Soundproof Suite For Patients And Employees To Conduct Hearing Exams In An Isolated Area For Precise Results. The Primary Function Of The Audiology Booth Is To Provide An Isolated Acoustical Room To Measure Hearing Acuity In Patients. Isolated Acoustic Rooms Are Crucial To Eliminating Background Noise To Acquire A Reliable Diagnosis In Patients. Audiology Booth Will Include A Rubber Ramp For Wheelchair Access. Key Criteria Include System Size, Weight, And Acoustic Installation.
scope:
the Contractor Shall Deliver And Install The System With All Specified Salient Characteristics. Only New Equipment Will Be Accepted.
the Contractor Shall Provide Shipping, Transport, Installation, And All Equipment Necessary To Meet The Requirements And Capabilities Listed Within The Scope.
the Contractor Shall Deliver The Audiology Booth To The Cambridge Facility As Specified Below.
the Assembly And Validation Of The System Must Be Performed By A Vendor Service Trained Representative.
the Contractor Is Responsible For Identifying Any Missing Parts Or Components Not Included In The Order For The Audiology Booth To Be Successfully Installed And Validated To Their Full Potential.
the Contractor Shall Include Accessories And Consumables That Have Been Detailed On The Provided Quotes.
salient Characteristics: Please Note, All Items Listed Below Must Be Technically Equivalent To Eckel Noise Control Technologies Audiology Booth.
one Cl-123 Pr Sing Wall Cont, Double Wall Exam Suite
manufacturer: Eckel Noise Control Technologies
model: Cl-123 Fp7 Prime
must Include An Acoustically Engineered Independent Ventilation System That Is Mounted External To The Unit.
unit Provides Recessed Incandescent Lighting.
unit Must Have An Acoustic Door With Cam -lift Hinges, Providing At Least 914 Mm X 2032 Mm (36 X 80 ) Clear Opening.
must Include A Double Glazed, Safety Glass Window That Is At Least 6 Mm (1/4 ) Thick And At Least 762 Mm X 762 Mm (30 X 30 ).
unit Must Be Electrically Serviced Via A Grounded Cable, Having A Length Of At Least 20 Feet.
unit Floor Must Be Acoustically Isolated In Both The Control And Exam Room.
unit Must Have A Noise Reduction Coefficient Of 1.05, While Having An Absorption Coefficient Range Of 0.79-1.10 When Measuring The Center Frequency (hz) Between A Range Of 125-400 Hz.
noise Reduction In A Double Wall Room Must Be Able To Reduce The Center Frequency (hz) Of 2000hz And 4000hz To 100, 125hz To 44, 250hz To 62, 500hz To 81, 1000hz To 93, And 8000hz To 95. Noise Reduction Measured From The Outside To The Inside.
door Size Must Be At Least 36 W By 80 H Clear Opening.
door Handles Must Be A C-shape While Providing A Minimum Clearance Of 1 ½ Behind It.
doors Cannot Require More Than 5psi Constant Pressure To Open, Once The Magnetic Seal Is Broken.
double Glazes Acoustic Windows For The Doors On The Booth, Size Options Must Include: 20 W By 22 H Or 20 W By 60 H.
unit Includes A Standard Fan Exhaust And Fan Inlet Silencers Suspended To The Ceiling. Silencers Mist Be Capable Of 10 To 12 Full Air Exchanges Per Hour. Fans Include A 6 Or 8 Diameter Hvac Collar Option.
unit Must Include Two Ventilation Silencers Built Into The Booth S Ceilings, One Supply And One Exhaust Provided.
unit Must Include An Accessible Jack Panel That Provides At Least 12 (trs 3-wire), ¼ Phone Jacks, Two Usb Ports, And 1 ¾ Pass Through. Panel Face Must Be Removable And Does Not Impact The Rooms Acoustical Performance.
total Rise From The Host Floor To The Door Opening Must Be No Larger Than 7 ½ .
sprinkler Holes Must Be At Least 3 In Diameter.
unit Must By Supplied With Standard Carpet Or Carpet Tile In Both Rooms.
must Be Able To Provide Empty Utility Boxes With Pull Wires For Data, Thermostats, And Alarms.
room Must Require No More Than 120v, 15/20 Amp, Or 60 Hz Supply Circuit.
unit Must Provide At Least 2 Duplex Outlets And Light/fan Switches.
unit Wall Panels Must Be At Least 4 Thick In Both Rooms.
unit Ceiling Panels Must Be At Least 6 Thick In Both Rooms.
both The Control And Exam Room Must Have A Minimum Clear Interior Height Of 83 For All Features Attached To The Ceiling Panels.
light Switches Must Be At Least 44 From The Floor Inside Of The Unit, In Both Rooms.
outlets Must Be At Least 15 From The Floor Inside Of The Unit, In Both Rooms.
must Include Rubber Mat As Floors Inside The Booth At A Height No Greater Than 10mm (3/8 ) Height For Wheelchair Access.
booth Doors Must Be At Least 75 Mm (2 7/8 ) Thick.
booth Doors Mounted With Heavy Duty Cam Lift Hinges.
door Sealing System Must Have At Least A Double Magnetic Gasket Sealing System And Flush Sill Seal Design For An Accurate Acoustic Seal.
both Rooms Must Have At Least A 60 Minimum Turning Radius For Wheelchair Access.
panels In The Unit Must Have A Flame Spread Rating Of 3.
panels In The Unit Must Have A Smoke Density Rating Of 2.
both The Control And Exam Room Must Come With Standard Sprinkler Penetrations For Onsite Installation.
all Electrical In The Unit Must Be Hospital Grade.
unit Wall Shells Must Be Fabricated With Cold Rolled Steel Frames (14 Ga) And Steel Outer Surfaces (16 Ga).
framing Members On Unit Wall Shell Should Not Be Spaced Out Any Further Than 610 Mm (24 ) Centers.
unit Wall Inner Panels Should Be Fabricated With Cold Rolled Steel (22 Ga) That Includes Holes No Greater Than 2.4 Mm (3/32 ) Diameter, Where Holes Are Staggered On 4 Mm (5/32 ) Centers.
panels Must Interlock And Provide An Acoustic Seal That Utilizes A Minimum Of Two Sets Of Closed Cell Acoustic Rubber Seals And At Least Two Interlocking Panel Connectors.
implementation And Installation
installation And Validation Shall Be Included In The Procurement Cost And Shall Include But Not Limited To:
assembly Of Devices And Validation.
all Materials Required To Assemble The Audiology Booth Shall Be Provided By The Contractor.
the Contractor Will Deliver The Audiology Booth And Accessories To The Addresses Below:
cambridge Va Outpatient Clinic, 830 Chesapeake Drive, Cambridge, Md 21613-9408
one (1) Audiology Booth, Sloped Rubber Ramp
accessories
training
the Contractor Shall Provide Onsite Training For All Vamhcs Staff That Requires Training.
delivery
the Contractor Shall Deliver Necessary Equipment To The Cambridge Va Facility As Required In The Quantity Specified Above.
the Contractor Must Deliver The Audiology Booth To The Cambridge Facility With A Small Bed Truck That Has A Lift Because This Location Does Not Have A Loading Dock.
the Contractor Must Give Vamhcs Staff 3 Weeks Notice Of Shipment And Delivery Of The Audiology Booth And Accessories.
the Contractor Shall Deliver Equipment And All Items Required For Installation Only When The Site Is Ready For Installation To Proceed. Installation Can Proceed 90 Days After Award Of Contract.
the Contractor Shall Coordinate All Deliveries, Installation, And Parking Arrangements With The Cor.
delivered Materials Will Arrive In Manufacturer S Original Sealed Containers With The Associated Purchase Order Number Listed On The Outside Of The Box.
the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of The Equipment And Shall Provide The Cor A List Of Missing Or Damaged Items Found Upon Inspection.
the Contractor Shall Remove All Related Shipping Debris And Packing From The Vamhcs Facilities.
inspection And Acceptance
the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Equipment.
the Contractor Shall Provide The Va Cor A List Of Missing And /or Damaged Items Found Upon Inspection And Have Those Items Replaced At No Cost To The Government.
the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Va Contracting Officer.
deliverables
operation And Maintenance Manuals
deliver Compilation Of All Manufacturers Recommended Maintenance Schedules And Operation Materials Packaged Upon Delivery. Manuals Shall Be Made Available In An Electronic Format.
operator Training
onsite Education And Training By A Vendor Service Trained Representative Will Be Provided To Vamhcs Clinical Staff, Facilities And Engineering Staff, And The Biomedical Engineering Staff. The Scheduling Of Operator Training Shall Be Coordinated With The Vamhcs Clinical Staff After Delivery And Installation.
protection Of Property
the Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor.
security Requirements
the Contractor Must Have A Photo Id Available When Performing Work At The Va Medical Center And Be Willing To Present It To Va Staff.
the Contractor Is Responsible For Providing Any Personal Protective Equipment (ppe) That Is Deemed Necessary To Complete Tasks Stated In This Requirement.
the Contractor Must Follow The Va Maryland Health Care Systems Current Covid-19 Guidance For Entry To Any Medical Center Or Community Based Outpatient Clinic (cboc).
warranty
at A Minimum The Audiology Booth Must Include A 1-year Warranty On All Parts And Labor At No Cost To The Government. Additional Years Are Highly Recommended As Added Value To The Government.
the Warranty Shall Begin Upon Completion Of Validation Testing.
warranty Shall Include Onsite Repairs And Over The Phone Support.
contractor Shall Provide Routine Maintenance Service Program During Warranty Period.
all Repairs Shall Be Performed By A Vendor Or Contractor Which Has Been Certified By The Vendor To Perform The Repairs.
the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair.
line-item Description
audiology Booth For Baltimore Cboc Vamc
Brand Name Or Equal To Eckel Iaw Sow
b.3 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
cl-123 Pr Sing Wall Cont, Double Wall Exam Suite / 1001354
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001354
local Stock Number: 1001354
0002
1.00
ea
__________________
__________________
lbr-sound Room Relocation/installation 1000033
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1000033
local Stock Number: 1000033
0003
2.00
ea
__________________
__________________
eao-a-003 Add-on Add - Wall Fascia Closure Angles 1001408
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001408
local Stock Number: 1001408
0004
1.00
ea
__________________
__________________
eao-d-004 Add-on Door - Window In Door 20"w X 22"h 1001416
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001416
local Stock Number: 1001416
0005
1.00
ea
__________________
__________________
eao-d-007 Add-ons - Door - Magnetic Door Holder 1001418
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001418
local Stock Number: 1001418
0006
2.00
ea
__________________
__________________
eao-u-003 Add-on Utilities - Light Dimmer Switch 1001425
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001425
local Stock Number: 1001425
0007
1.00
ea
__________________
__________________
eao-u-005 Add-on Util Sprinkler Hole Double Wall 1001427
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001427
local Stock Number: 1001427
0008
1.00
se
__________________
__________________
eao-u-007 Add-on Utilities - Hvac Collars (2 Sets) 1001429
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001429
local Stock Number: 1001429
0009
2.00
bx
__________________
__________________
eao-u-002 Add-on Util Rough Ins (box W. Pull Wire) 1001424
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001424
local Stock Number: 1001424
grand Total
__________________
Closing Soon28 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Details: This Is A Request For Information ("rfi"). Dla Troop Support's ("agency") Subsistence Produce Program Is Interested In Comments And Feedback Regarding The Agency's Full Line Produce Support To United States Department Of Agriculture ("usda;" Schools And Reservation) Customers Throughout The Continental United States ("conus"). There Is No Solicitation Available At This Time. The Government Will Not Pay For Any Information Received In Response To This Rfi, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided To The Government. This Rfi Does Not Constitute A Commitment From The Usda ("schools And Reservation") Customers In The Wyoming Zone. The Sole Purpose Of This Rfi Is To Conduct Market Research To Assist The Agency In Creating An Appropriate Solicitation In The Future.
please See Attachment 1 To Review The Schedule Of Items (soi) For Group 1,2,3(3a And 3b) (wyoming Schools And Reservation).
please See Attachment 2 To Review The Delivery Schedule For Group 1,2,3 (3a And 3b).
please Review And Fill Out The Market Research Survey And Email To Robert Small, Robert.small@dla.mil, Amanda Quaile, Amanda.quaile@dla.mil.
please Contact Any/all Of The Above Points Of Contact For And Questions.
all Responses Are Due Thursday, March 07, 2025.
Closing Date7 Mar 2025
Tender AmountRefer Documents
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Works
Energy, Oil and Gas
Eprocure
India
Details: - Works contract for Survey,Supply,Erection,testing and commissioning for extending TNPDCL supply to Kathirimalai hamlet of Burgur(Hills)village by erecting 8.34Km 11KV HT line with 50 sq.mm covered conductor and erection of 1No. 100KVA DT in 11KV Kaveripuram feeder fed from Sathyanagar 33/11KV SS(Mettur EDC) in respect of Burgur/ O&M section in Bhavani division of Gobi EDC.(I 1 to I 12 -Supply of Material, II 1 to II 40 Labour charges for works)
Closing Date14 Mar 2025
Tender AmountINR 20.3 Million (USD 234.7 K)
UP Jal Nigam - UPJN Tender
Works
Consultancy Services...+2Water Storage And Supply, Civil And Architectural Services
Eprocure
India
Details: Surveying, Soil Investigation,
design And Supply Of All
materials, Labour, T&p Etc
required For Construction Of
overhead Tank, Pump House,
boundary Wall, Approach
roach, Gates, Site
development, Supply Of All
materials For Laying And Jointing
of Rising Main, Distribution
system, Including All Labour&
t&p Etc Complete In All Respect
& Construction Of Tube Wells
including Its Automation, Lcs,
mcs As Per Specifications In
tender Document For Hathgaon
np Water Supply Scheme,
hathgaonl, District Fatehpur.
the Scope Of Work Includes Trial
and Run Of 3 Months And Defect
liability Period Of 12 Months For
civil Works And 24 Months For E
& M Works After Completion Of
trial And Run. All Completed,
tested And Commissioned Works
under Hathgaon Np Water
supply Scheme Shall Be Handed
over To Nagar Panchayat
hathgaon District Fatehpur After
3 Months Of Successful Trial And
run.
Closing Date24 Mar 2025
Tender AmountINR 141.7 Million (USD 1.6 Million)
Equitas Small Finance Bank Tender
Real Estate Service
India
Description: All That Picce And Parcel Of Land With Under- Construction Comprised Grama Natham Old Survey No. 71/1a, New Survey No. 71/24 With An Extent Of 904 Sq.ft., Situated At Kilseesamangalam Village, Vandavasi Taluk, Thiruvannamalai District And Bounded On The North By: Panchayathu Roadsouth By: Plot Belongs To Mrs. Thanalakshmi East Hy: Plot Belongs To Mr. Mani West By: Plot Belongs To Mr. Poongavanam Mcasurement:- Situated At Within The Sub- Registration District Of Killkodungalur And Registration District Of Cheyyar. Together With All Buildings And Structure Attached To The Earth Or Permanently Fastened To Anything Attached To Carth, Both Present And Future And All Easamentary/mamool Rights Annexed Thereto.
Closing Soon24 Feb 2025
Tender AmountINR 317 K (USD 3.6 K)
71-80 of 3456 active Tenders