Survey Tenders

Survey Tenders

Department Of Education Division Of Pangasinan I Tender

Others
Philippines
Details: Description Request For Quotation No.: 2025-01-005-gs Date Published: January 17, 2025 Closing Date: January 22, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 22, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers Approved Budget For The Contract (abc): ₱272,000.00 Funding Source: Journalism Trust Fund Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (am Snacks And Lunch) 340 2 400.00 272,000.00  Inclusive Of Complete Services Stated In The Tor Total ₱272,000.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than January 22, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 22, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers. Scope 1. Duration: Two (2) Days Item Description No Of Pax Tentative Date/s Meals And Snacks (snacks & Lunch) 340 February 5-6, 2025 2. Food Requirement: Am Snacks And Lunch • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers Under Project Id No. 2025-01-005-gs Of Deped Sdo 1 Pangasinan.
Closing Date22 Jan 2025
Tender AmountPHP 272 K (USD 4.6 K)

DEPT OF THE NAVY USA Tender

Others
United States
Details: Disclaimer: this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Quote. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. objective: market Survey- Request For Information (rfi): The Naval Air Warfare Center Weapons Division (nawcwd), Point Mugu, Ca Issues This Sources Sought Notice As A Means Of Conducting Market Research To Identify Interested Parties For This Requirement. This Sources Sought Notice Focuses On Identifying Capabilities In The Marketplace And Resources To Support This Requirement, As Well As Obtaining Related Technical Information For The Procurement Of The Products Listed In The Statement Of Work (sow). Both Large And Small Businesses Are Requested To Respond To This Rfi. 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 332710 Machine Shops With A Small Business Size Standard 500 Employees. The Product Service Code (psc) Is 5995 Cable, Cord, And Wire Assemblies: Communication Equipment. program Background & Requirement: the Naval Air Warfare Center Weapons Division (nawcwd) Point Mugu Code E522500 Has A Requirement For Avionics Test Set Cable Assemblies As Specified In The Sow. A Draft Sow, Draft Contract Data Requirements List (cdrl), And Applicable Drawings Are Attached For Review. this Requirement Is Anticipated To Be Performed Under A Single Standalone Contract And Is Similar To The Manufacturing And Production Requirements Of N6893622d0013, An Indefinite Delivery Indefinite Quantity Contract With Firm-fixed-price Type Task Orders. The Incumbent Of N6893622d0013 Is General Dynamics Information Technology, Inc. responses: any Company Believing It Can Fulfill The Requirement Identified In The Sow, Cdrl, And Applicable Drawings May Submit A Written Response, Which The Government Will Consider. The Written Response Shall Reference The Notice Identifier Number ‘n6893625r0016’ And Provide A Capabilities Statement Package Addressing, At A Minimum, The Following Items: company Name, Address, Cage Code, Uei; company Point Of Contact Name, Phone, Email, And Website Url; declaration As To Whether A U.s. Or Foreign Company; business Size (small Or Large According To The Identified Naics And Size Standard); tailored Information Describing Company Capabilities, Resources, Experience That Demonstrate An Ability To Provide The Items Described In The Sow; a List Of Previous Requirements Provided, Similar To The Requirement Described In This Posting; provide Any Anticipated Teaming Arrangements And Delineate Between Work To Be Accomplished By The Prime And The Work To Be Accomplished By The Teaming Partners; any Other Specific And Pertinent Information Or Feedback, Including Feasibility Or Challenges, As It Pertains To This Particular Area Of Procurement. the Information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. The Government Will Evaluate Market Information To Ascertain Potential Market Capacity To: provide Items Consistent With Those Described In This Notice And Otherwise Anticipated; 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. response Submission Details: interested Parties Who Consider Themselves Qualified To Provide The Required Items Should Respond To This Sources Sought Notice. Responses Are Required To Be Received No Later Than The Response Date Specified In This Posting. interested Parties Are Requested To Submit A Capabilities Statement Package Addressing The Information Specified Above (not To Exceed Five (5) Written Pages, Single-sided, 8.5 X 11 Inch Pages), In Files Readable By Adobe Reader Dc Or Microsoft Word 2016, With No Font Smaller Than Ten (10) Point. Interested Firms Must Be Registered In The System For Award Management (sam) Database At Https://sam.gov/ To Start Doing Business With The Federal Government. all Responses To This Sources Sought Notice Shall Be Electronically Submitted To Geralyn Castro In Either Microsoft Word Or Portable Document Format (pdf) Via Email At Geralynmarie.p.castro.civ@us.navy.mil. Note: Large Files (> 5mb) May Not Be Receivable Due To The Navy Marine Corps Intranet (nmci) Security. telephone Inquiries Will Not Be Accepted Or Acknowledged. All Questions Must Be Submitted Via Email To The Contract Specialist, Geralyn Castro, At The Email Shown Above With The Notice Identifier Number In The Email Subject Line. any Information Or Materials Provided In Response To This Notice Will Not Be Returned. Following The Date Of Response Submission, The Government May Contact Respondents To Seek Clarification Of Submitted Information. the Government Will Not Pay For Any Information Received In Response To The Sources Sought Notice Nor Will The Government Compensate Respondents For Any Cost Incurred In Developing Information For, Participating In Meetings With, Or Engaging In Discussions With The Government. The U.s. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Additionally, Any Cost Incurred By Interested Companies In Response To This Announcement Are Not Considered Allowable Direct Charges To Other Contracts Or Tasking. proprietary And Limited Distribution: Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. It Is Incumbent Upon Parties Providing Responses To This Sources Sought Notice To Identify All Data Contained Within That Is Proprietary Or Has Limited Distribution Requirements. All Information Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-governmental Personnel And Entities. contractors Must Be Certified Through Defense Logistics Information Services (dlis) In Order To Access Controlled Unclassified Information (cui) Or Export Controlled Information. Access To Cui Is Limited, To A Single Poc Per Cage Code, Who Is Listed As The Data Custodian On The Dd 2345 And Approved By Defense Logistics Agency (dla). The Dd 2345 Must Be Approved Prior To Requesting Access To Cui In Sam.gov. Contractors Are Responsible For Coordinating With Their Cage Code’s Data Custodian Poc To Request Access To Cui. For Additional Information, Visit The Dla Website For The Joint Certification Program: Https://www.dla.mil/hq/logisticsoperations/services/jcp/.
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Details: ***update 16 December 2024: The Draft Rfp Document (located In The Attachments Section), Encompassing Sections L And M Of The Draft Rfp, Has Been Added To This Posting. Please See The Updated Information And Instructions In The Revised Sections Below.*** ***update 27 November 2024: Pws Attachment Was Revised By Removing Cui Header. This Document Contains No Cui.*** introduction: army Contracting Command – Aberdeen Proving Ground (acc-apg) Is Releasing This Draft Request For Proposal (rfp). This Is Not To Be Construed As A Commitment By The Us Government To Form A Binding Contract Or Agreement. The Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Rfp. All Submissions Become Government Property And Will Not Be Returned. This Draft Rfp Is Open To All Business Types. this Draft Rfp Is Issued For The Purpose Of Developing A Viable Solicitation That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Draft Rfp Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, A Solicitation Is Released. This Draft Rfp Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Rfp. Proprietary Information Shall Not Be Submitted In Response To This Draft Rfp, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information. No Award Will Be Made As A Result Of This Draft Rfp. This Draft Rfp Is For Informational Purposes Only To Promote Exchanges Of Information With Industry. The Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Rfp And Is Not Obligated By The Information Received. background: the Primary Mission Of Program Executive Office Intelligence Electronic Warfare And Sensors (peo Iew&s) Is To Provide Affordable, World Class Intelligence, Sensor, And Electronic Warfare Capabilities Enabling Rapid Situational Understanding And Decisive Action. Peo Iew&s Currently Leads The Charge For The Army’s Artificial Intelligence (ai)/machine Learning (ml) Efforts, With Project Linchpin (pl) Being The Army’s Program Of Record (por) For Artificial Intelligence Operations And Services (aiops+). Aiops+ Includes The Industry Recognized Practices Of Ai/machine Learning Operations (ai/mlops) And Pl Ai Ecosystem, Pl Standardized Approaches (e.g. Ai Risk Framework), Pl Design Principles, And The Secure Trusted Environments And Services Which Enable The Delivery Of Ai Solutions To Ai-enabled Programs. Additionally, Software (sw) Development Is The Cornerstone Of The Programs That Allow The Army To Develop The Capabilities Which Enable Spectrum And Cyberspace Superiority. Sw Is Key To Each Piece Of The Army’s Networked Intelligence, Electronic And Cyber Warfare Capabilities. Peo Iew&s Leverages Modern Sw Development Practices As It Supports Future Army Efforts Such As Electronic Warfare (ew) Re-programming As It Paces The Threat. scope: the Peo Iew&s’ Matoc, Entited Artificial Intelligence And Software At Pace (ais@p),will Support Rapid Awards Of Ai/ml And Sw Development Requirements To Support Pl And Other Entities In Response To A Constantly Evolving Threat Environment, Swift On/off Ramping Of Vendors, And The Ability To Quickly Transition Between Vendors In The Event Of Contractor Performance Concerns. This Contract Will Provide The Warfighter The Best Capabilities At The Best Value – In The Quickest And Most Efficient Manner Possible. the Peo Iew&s Ais@p Contract Vehicle Includes Two Vendor Pools Supporting Peo Iew&s Focusing On The Areas Ai/ml And Sw Development. The Ai/ml Pool Will Focus On Supporting The Project Linchpin Efforts. The Sw Development Pool Shall Include Design, Development, Fabrication, And Testing Of Developmental Systems Covering The Complete Range Of The Peo Iew&s Portfolio. Example Efforts May Include Signal Detection And Analysis, Ems Effects, And Signal Exploitation. draft Request For Proposal (rfp) Information: in Pursuit Of A Collaborative And Transparent Procurement Process, Acc-apg And Peo Iew&s Are Releasing This Draft Rfp To Industry For Review And Comment. This Proactive Approach Will Enable The Incorporation Of Valuable Industry Insights And Feedback, Ultimately Leading To A More Effective And Efficient Solicitation. the Draft Performance Work Statement (pws), And The Draft Rfp Document Are Located In The Attachments Section Below. The Draft Rfp Document Includes The Salient Details Of The Draft Rfp, Including Instructions To Offerors, Evaluation Criteria, Evaluation Phases, Basis For Award, And Small Business Set-aside Information. acc-apg And Peo Iew&s Are Proactively Releasing This Information For Industry Review And Comment In Advance Of The Scheduled Industry Day On January 7th, 2025, To Facilitate Informed Dialogue And Maximize The Value Of The Event. please Note That Any Documents Attached To This Draft Rfp Aredraftsand Are Subject To Change Before The Final Rfp Release. how To Respond To This Draft Rfp: acc-apg And Peo Iew&s Are Requesting That Interested Vendors: review The Pws And Draft Rfp Document Located In The Attachments Section Below. complete The Microsoft Forms Survey Requesting Basic Information From Prospective Vendors. the Link Is Located In The Links Section Below, As Well As Here:https://forms.osi.apps.mil/r/pmwdh4ugee . gather Constructive Comments, Questions, And Feedback Regarding The Pws And Draft Rfp Document, And Send Them By Email To The Peo Iew&s - Ais@p Mailbox. mailbox Address Is Listed In The Contact Information Section Below, As Well As Here:usarmy.apg.peo-iews.mbx.aisap@army.mil . subject Line Of The Email Must Read "draft Rfp Ais@p - [company Name]". acc-apg And Peo Iew&s Ask That Vendors Not Delay Their Feedback, To Allow The Government Time To Revise And Address Responses Prior To Industry Day.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: Sources Sought Notice sources Sought Notice page 4 Of 4 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 4 subject* National Cemetery Administration Los Angeles Ca 898 -034 Maintenance, 036 Fca Deficiencies general Information contracting Office S Zip Code* 22172 solicitation Number* 36c78625r0012 response Date/time/zone 01-09-2025 1pm Eastern Time, New York, Usa archive 99 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* y1eb naics Code* 236220 contracting Office Address department Of Veterans Affairs national Cemetery Administration contracting Services 18434 Joplin Road triangle Va 22172 point Of Contact* contracting Officer flora Taylor flora.taylor@va.gov 571-992-9125 place Of Performance address los Angeles National Cemetery 950 South Sepulveda Blvd. los Angeles Ca postal Code 90049 country usa additional Information agency S Url https://www.va.gov url Description department Of Veterans Affairs agency Contact S Email Address flora.taylor@va.gov email Description description this Announcement Constitutes A Sources Sought Notice (market Survey Is For Planning Purposes Only And Is A Market Research Tool To Determine Availability And Adequacy Of Potential Service-disabled Veteran Owned Small Businesses (sdvosb) Concerns, Veteran Owned Small Businesses (vosb) Concerns, And Small Business (sb) Concerns With The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m. this Is Not A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary. the National Cemetery Administration, Los Angeles National Cemetery, Located At 950 Sepulveda Blvd., Los Angeles, Ca 90049, Has A Requirement For A New Maintenance Complex, And To Correct Fca Deficiencies. The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m. magnitude Of Construction: Between $5,000,000 And $10,000,000. period Of Performance: 365 Calendar Days far 52.216 -1 The Government Contemplates Award Of A Trade Off Firm Fixed Price Contract. project No. 898cm3034 & 898cm3036 los Angeles National Cemetery 24 May 2023 gravesite Expansion, Maintenance Complex & Fca Deficiencies general Requirements Security Camera Installation; It Room Upgrades ; Front Entry Gate Roadway Repair Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation clin 0002 Maintenance Facility Base Bid clin 0003 Correct Fca Deficiencies Bid Eastern Ornamental Fencing clin 0004 Correct Fca Deficiencies Bid Option Northern Perimeter Fencing Clin 0005 Correct Fca Deficiencies Bid Option Western Ornamental Fencing clin 0006 Correct Fca Deficiencies Bid Option historic Preservation- Expertise In Restoring And Preserving Historical Structures, Ensuring Compliance With Preservation Standards. potential Sources Shall Provide A Capability Statement That Includes Information That Your Company Has Or Is Performed/ing This Type Of Effort Or Similar Type Effort(s) (to Include Size And Complexity) From The Scope Of Work Above. Please Identify Your Social Economic Standard Including Your Unique Entity Id (eui) Number. please Address The Following Questions, Please Only Submit The Minimum Information Requested However No More Than 5 Pages. does Your Company Have Experience As A Prime Contractor Performing Contracts Of Similar Work Outlined In The Draft Sow? If Yes, Please Provide The Following Information: contract Number(s): dollar Value(s): identify. Similarity Of Scope, Effort, Complexity: Does Your Company Possess The Capability To Provide The Entire Range Of Construction Services Called For By This Requirement? market Research Is Still Being Done On Contract Type And Evaluation Process (i.e. Firm Fixed Price, Etc.). What Does Your Company Suggest And Why? does Your Firm Possess The Bonding Capability For This Magnitude. the Limitations On Subcontracting Under Vaar 852.219-75 Apply To This Acquisition. Please Confirm That You Can Meet The Limitations Of Subcontracting. potential Sources Are To Respond By Email Only, To Contracting Officer, Flora Taylor At Flora.taylor@va.gov No Later Than January 09, 2025, At 11:00 Am Eastern Time. subject: Fy25 Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies company Name: address: contact Name: phone No: email: uei: cage: tax Id:: years In Business: business Size Information select All That Applies: Small Business Emerging Small Business Small Disadvantaged Business Certified Under Section 8(a) Of The Small Business Act Hubzone Woman-owned Certified Service-disabled Veteran-owned Small Business In Veterans.certify.sba.gov Certified Veteran-owned Small Business In Veterans.certify.sba.gov Large Business Other:____________ fss/ Gsa Contract Holder Yes No fss/ Gsa Contract Number effective Date / Expiration Date end Of Document
Closing Date9 Jan 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Machinery and Tools
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition; And (4) Availability Of Domestic Sources Manufactured In The United States In Sufficient And Reasonably Available Commercial Quantities And Of A Satisfactory Quality. for Equipment/supply Requirements, Responses Must Include The Place Of Manufacturing (i.e. Address If Supply/equipment Is A Domestic End Product And Include Country Of Manufacture). For Equipment/supply Requirements, Small Businesses Must Also Address The Size Status Of The Manufacturer Under The Applicable Naics Code (i.e. Address Non-manufacturer Rule). your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: The National Institute On Aging (nia), Laboratory Of Neurogenetics (lng) Requires The Acquisition Of An Automated Cell Dissociation Apparatus For Single Nuclei Isolation From Human And Mouse Brain Tissues. purpose And Objectives: The National Institute On Aging, Laboratory Of Neurogenetics’ Objective Is To Elucidate The Pathological Basis Of Neurodegenerative Diseases, Specifically Amyotrophic Lateral Sclerosis (als), Parkinson's Disease, And Alzheimer's Disease. The Purpose Of Obtaining An Automated Cell Dissociation Apparatus Is For Single Nuclei Isolation From Frozen Human And Mouse Brain Tissue With The Goal Of Future Single Cell Snrna Sequencing. project Requirements: Please See Purchase Description Attached To This Posting. capability Statement /information Sought. companies That Believe They Possess The Capabilities To Provide The Required Products Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Rashiid Cummins, Contract Specialist, At E-mail Address Rashiid.cummins@nih.gov. the Response Must Be Received On Or Before January 17th, 2025, 3:00 Pm, Eastern Time. “disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”
Closing Date17 Jan 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Others
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; And (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: The National Institute On Aging (nia) Requires The Acquisition Of Mass Spectrometry Reagents For Mass Spectrometry-based Proteomics, Peptidomics, Lipidomics And Metabolomics To Understand The Underlying Biology Of Alzheimer’s Disease And Related Dementias. purpose And Objectives: The Nia’s Objective Is To Create A National Resource Of Isogenic Sets Of Alzheimer’s Disease And Related Dementias Mutation Ipsc Lines, Complimented By Foundational Phenotypic Datasets From Differentiated Disease-relevant Cells Derived From These Lines. The Nia Anticipates That This Resource Will Substantially Accelerate The Pace Of Mechanistic Discovery Regarding How Alzheimer’s Disease And Related Dementia Mutations Cause Disease. project Requirements: Please See The Purchase Description Attached To This Posting. anticipated Delivery Dates: base Quantity: July 7, 2025 optional 1 Quantity: July 7, 2026 optional 2 Quantity: July 7, 2027 capability Statement /information Sought. small Business Concerns That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Small Businesses Must Also Provide Their Company Name, Unique Entity Id Number From Sam.gov, Physical Address, And Point Of Contact Information. interested Small Businesses Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. the Respondent Must Also Provide Their Unique Entity Id Number From Sam.gov, Organization Name, Address, Point Of Contact, And Size And Type Of Business (e.g., 8(a), Hubzone, Etc., Pursuant To The Applicable Naics Code And Any Other Information That May Be Helpful In Developing Or Finalizing The Acquisition Requirements. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. the Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Rashiid Cummins, Contract Specialist, At E-mail Address Rashiid.cummins@nih.gov the Response Must Be Received On Or Before January 21st, 2025, 3:00 Pm, Eastern Time. “disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Expression Of Interest Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) 1. The Government Of The Republic Of The Philippines - Department Of Public Works And Highway Has Applied For Financing From The Asian Development Bank Toward The Cost Of The External Resettlement Monitoring Consultant And Intends To Apply Part Of The Proceeds For The Services That Will Assist And Support The Dpwh In Executing And Implementing The Project’s Resettlement Plan. 2. The Department Of Public Works And Highways (dpwh) Is Requesting Expression Of Interests (eois) For: Project: Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) I. Consulting Services Consultant’s Services Will Be Required To Support The Dpwh Unified Project Management Office – Flood Control And Management Cluster (upmo-fcmc) In The Conduct Of External Assessment Of The Project’s Resettlement Plan To Be Implemented And In Order To Ensure That The Resettlement And Livelihood Rehabilitation Objectives Are Being Met Under Integrated Flood Resilience And Adaptation 1 (infra 1) Project. A Total Of 42 Person-months (pm) Of Inputs, For National Experts Will Be Engaged. Dpwh Will Select A Consulting Firm Following Quality-and -cost Based Selection (qcbs) Process (80:20 Ratio) In Accordance With Adb Procurement Policy 2017 And The Procurement Regulations For Adb Borrowers 2017 (as Amended From Time To Time). The Consultant’s Services Will Be Financed By The Adb And The Government. The Dpwh Will Be The Executing And Implementing Agency (ea/ia). During The Services, The Consultant Will Report To Dpwh Through The Upmo-fcmc. Ii. Key Objectives The Key Objectives Of The External Resettlement Monitoring Consultant Are As Follows: A. To Review Internal Monitoring Report And Verify Internal Monitoring Information; B. To Verify Whether The Overall Resettlement Objectives Are Being Met In Accordance With The Rp/ripp/regdp, And If Not, To Suggest Corrective Measures; C. To Assess The Extent To Which Implementation Of The Rp/ripp/regdp Complies With Adb’s Safeguard Policy Statement (sps); D. To Identify Problems Or Potential Risks/hazards; E. To Identify Methods Of Responding Immediately To Mitigate Problems And Advise The Dpwh Accordingly; And F. To Verify If The Livelihoods And The Standard Of Living Of Affected Persons (aps), Including Those Of The Non-titled Displaced Persons, Are Restored And/or Improved. Iii. Implementation Period External Monitoring Activities Will Be Carried Out For A Period Of 5 Years On A Semi-annual Basis Starting From The Conduct Of Detailed Measurement Survey Until The Completion Of Livelihood/income Restoration Activities. For Project Components Where Payment Of Compensation/allowances Has Been Substantially Completed, The External Expert Will Also Conduct A Resettlement Audit To Verify Completion Of Payment Of Compensation/allowances And Hand-over Of Plots. The External Monitoring And Evaluation Experts/qualified Ngos Will Be Composed Of One Team Leader With Extensive Experience In Monitoring And Evaluation Of Resettlement Activities In The Country With Strong Ability In Preparing Resettlement Reports. The Team Leader Will Be Assisted By At Least 3 Specialists (one For Each River Basin) With Expertise On Land Acquisition/resettlement And Social Development, Monitoring And Research Methodology, And Assets Valuation. The Payments Under This Service Shall Be Made In Lump Sum Installments Against Deliverables. The Payments Will Be Made According To The Payment Schedule Stated In The Terms Of Reference (tor). 3. Interested Consultants Should Register On The Adb Consultant Management System (cms) Where The Consulting Services Recruitment Notice (csrn) For This Project Can Be Found. In The Csrn, The Consultants Shall Accomplish The Eoi Template By Providing The Required Information And Submit To Adb Cms On Or Before January 23, 2025 Until 11:59 P.m. (philippine Time). Relevant Information Pertaining To The Services Will Be Available In The Csrn. 4. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. Consultants May Associate With Other Firms To Enhance Their Qualifications But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub-consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. 5. The Bids And Awards Committee For Consulting Services (baccs) Shall Draw Up The Shortlist Of Consultants From Those Who Submitted The Expression Of Interest (eoi) On The Prescribed Deadline To Adb Cms. The Shortlist Shall Consist Of Six (6) Consulting Firms Who Will Be Invited To Submit Their Proposals. The Shortlisting Evaluation Criteria And Rating Systems Are: I) Technical Competence - 60% (must Demonstrate That The Firm Has Previous Experience Undertaking Similar Projects Involving Project Management, Construction Supervision With Capacity Building Of Any Infrastructure Projects In The Last Ten (10) Years); Ii) Geographical Experience - 20% (must Demonstrate Experience In The Philippines Or Any Country In Southeast Asia); And Iii) Management Competence - 20% (must Demonstrate That The Firm Has Quality Control And Assurance System In Place And Project Management Coordination In Undertaking Similar Consultancy Services). 6. The Dpwh Reserves The Right To Reject Any Or All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Interested Consultants May Contact The Following Contact Person During Office Hours (7:00 A.m. To 4:00 P.m.) Point Of Contact: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services 2nd Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila Telephone No.: (+632) 5-304-2925 / (+632) 5-304-3023 Email Address: Ayapana.eric@dpwh.gov.ph Obja-an.mary_grace@dpwh.gov.ph Approved By: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services Date Of Advertisement: December 20, 2024
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Description: Amc/amsc: 1g 1 Suitable For Competitive Acquisition. (see Notes 1 And 2) g The Government Has Unlimited Rights To The Technical Rights To The Technical Data, And The Data Package Is Complete. Valid Amcs: 1 And 2. drawings – item Name: Circuit Card Assembly rp001: Dla Packaging Requirements For Procurement rd002, Covered Defense Information Applies ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The dla Master List Of Technical And Quality Requirements Found On The Web at: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq009: Inspection And Acceptance At Origin rq011: Removal Of Government Identification From Non-accepted Supplies rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State or The Department Of Commerce. Export Includes Disclosure Of Technical data To Foreign Persons And Nationals Whether Located In The United states Or Abroad. This Requirement Applies Equally To Foreign National employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control technical Data To Dla Contractors That Have An Approved Us/canada Joint certification Program (jcp) Certification, Have Completed The introduction To Proper Handling Of Dod Export-controlled Technical Data training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been approved By The Dla Controlling Authority To Access The export-controlled Data. Instructions For Obtaining Access To The export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed for Use Are Required To Have An Approved Jcp Certification And Have been Approved By The Dla Controlling Authority To Access export-controlled Data Managed By Dla. Dla Will Not Delay Award In order For An Offeror Or Its Supplier To Apply For And Receive Approval by The Dla Controlling Authority To Access The Export-controlled Data. rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For manufacturers And Non-manufacturers rt001: Measuring And Test Equipment part Name Assigned By Controlling Agency: Circuit Card Assembly, Phase shifter Driver Electro-static Sensitive Device mil-std-130n(1) Dated 16 Nov 2012. identification Marking Of U.s. Military Property mercury Or Mercury Containing Compounds Shall not Be Intentionally Added To<(>,<)> Or Come In Direct contact With<(>,<)> Any Hardware Or Supplies Furnished under This Contract. Exception: Functional Mercury used In Batteries, Fluorescent Lights, Required instruments; Sensors Or Controls; Weapon Systems; and Chemical Analysis Reagents Specified By Navsea. portable Fluorescent Lamps And Portable Instruments containing Mercury Shall Be Shock Proof And Contain a Second Boundary Of Containment Of The Mercury Or mercury Compound. (iaw Navsea 5100-003d). reference Control Part Number 7624570 Cage 53711 sampling: the Sampling Method Shall Be In Accordance With Mil-std-1916 Or Asq h1331, Table 1 Or A Comparable Zero Based Sampling Plan Unless Otherwise specified By The Contract. If The Applicable Drawing, Specification, standard, Or Quality Assurance Provision (qap) Specifies Critical, Major and/or Minor Attributes, They Shall Be Assigned Verificaiton Levels Of vii, Iv And Ii Or Aqls Of 0.1, 1.0 And 4.0 Respectively. Unspecified attributes Shall Be Considered As Major Unless Sampling Plans Are specified In Applicable Documents. For Mil-std-1916, The Manufacturer may Use The Attribute Or Variable Inspection Method At Their Option Or per The Contract. Mil-std-105/asq Z1.4 May Be Used To Set Sample Lot size, But Acceptance Would Be Zero Non-conformances In The Sample Lot unless Otherwise Specified In The Contract. overall Length: 5.740 Inches Nominal Overall Width: 1.619 Inches Nominal major Components: Connector Assy, Electrical (7624566-2/53711) 1; printed Wiring Board, Phase Shifter Driver, 1; No Keying Pins Special features: No Keying Pin; Model With Keying Pin Is 7624570-1. End Item identification: As-4108/spy Phased Array Antenna critical Application Item iaw Basic Drawing Nr 53711 7624570 revision Nr D Dtd 06/21/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624570 revision Nr F Dtd 02/06/2009 part Piece Number: iaw Reference Drawing Nr 10001 2900594 revision Nr Ae Dtd 12/01/2014 part Piece Number: iaw Reference Drawing Nr 10001 3256939 revision Nr P Dtd 02/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624560 revision Nr A Dtd 06/19/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624561 revision Nr B Dtd 01/30/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624562 revision Nr C Dtd 05/08/2019 part Piece Number: iaw Reference Drawing Nr 53711 7624563 revision Nr L Dtd 03/10/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624565 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 7624566 revision Nr G Dtd 02/21/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624567 revision Nr A Dtd 01/15/2007 part Piece Number: iaw Reference Drawing Nr 53711 7624569 revision Nr C Dtd 08/19/2009 part Piece Number: iaw Reference Drawing Nr 53711 7624573 revision Nr D Dtd 10/17/2023 part Piece Number: iaw Reference Drawing Nr 53711 7624574 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624575 revision Nr C Dtd 06/25/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624576 revision Nr D Dtd 11/07/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624578 revision Nr A Dtd 05/15/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624581 revision Nr Dtd 05/13/2004 part Piece Number: iaw Reference Drawing Nr 53711 7624583 revision Nr A Dtd 07/11/2016 part Piece Number: iaw Reference Drawing Nr 53711 7624590 revision Nr A Dtd 02/13/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624591 revision Nr B Dtd 05/23/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624592 revision Nr A Dtd 06/30/2008 part Piece Number: iaw Reference Drawing Nr 53711 7624593 revision Nr C Dtd 05/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624596 revision Nr B Dtd 06/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624597 revision Nr A Dtd 06/13/2006 part Piece Number: iaw Reference Drawing Nr 53711 7624598 revision Nr C Dtd 05/14/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624599 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624600 revision Nr C Dtd 01/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624602 revision Nr C Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624603 revision Nr C Dtd 07/01/2010 part Piece Number: iaw Reference Drawing Nr 53711 7624604 revision Nr A Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624605 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 8306492 revision Nr B Dtd 08/21/2020 part Piece Number: iaw Reference Drawing Nr 10001 Ws10288 revision Nr Ab Dtd 04/05/2001 part Piece Number: iaw Reference Drawing Nr 10001 Ws10298 revision Nr Dtd 06/29/1983 part Piece Number: please Review The Nsn Listed Above And Provide Any Sources That May Be Able To Manufacture These Items. The Approved Sources For This Nsn Are Currently Listed Above. All Information May Be Submitted Directly To The Contract Specialist Listed Above. This Information Must Be Provided By The Response Date Indicated Above. in Order To Be Considered An Interested Party, Vendors Must Complete And Return The Attached Market Survey To The Contract Specialist Listed Above By The Required Response Date. note: This Project Contains Drawings/specifications. You May Access The Tdp Directly From Cfolders And Searching For The Above Cited Solicitation Number. you May Access Them Only Through The Following Link: Https://pcf1.bsm.dla.mil/cfolders. the Drawings Cannot Be Accessed Through Dibbs. thank You In Advance For Your Assistance.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Philippine International Convention Center Tender

Others
Philippines
Details: Description Request For Quotation Date: ______________ Rfq No. 2024-up-48 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Through Its Bids And Awards Committee, Intends To Procure Supply And Installation Of Cctv Cables At The New Cashiers Booth (fiber Structured Cabling), With An Approved Budget For Contract (abc) Of Ninety Thousand Pesos (₱90,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of ________________. A Copy Of The Following Are Required To Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2024-up-48 Terms Of Reference I. Project Title: Supply And Installation Of Cctv Cables At The New Cashiers Booth (fiber Structured Cabling). Ii. Approved Budget For Contract (abc): Ninety Thousand Pesos (₱ 90,000.00), Vat Inclusive. Iii. Description Of The Project: The Project Involves The Installation Of Cctv Cabling At The Newly Constructed Cashiers Booth To Enhance Security And Monitoring Capabilities. This Will Ensure A Safe Environment For Both Staff And Customers. Iv. Scope Of Works/services: • Site Survey: O Conduct A Comprehensive Assessment Of The New Cashiers Booth And Surrounding Areas. • Cable Installation/services: O Install Cables Securely Along Predetermined Paths, Utilizing Cable Trays Or Conduits As Needed. O Installation Of 1 Fiber Optics Backbone (4 Core) From Treasury Office To New Cashier Booth Idf. O Installation Of Data Rack, Connector. Patch Panel And Consumables O Labor And Mobilization. • Connection Set-up: O Connect Cables To Cctv Cameras And The Monitoring System. O Verify That All Connections Are Secure And Properly Terminated. • System Testing: O Conduct Thorough Testing Of All Installed Cameras And Connections. O Verify Video Quality, Clarity And Coverage Area. • Installation Report: O Provide Detailed Documentation, Including Cable Layouts And Camera Locations. V. Company Background And Experience: • Must Have At Least Eight (8) Years Track Record In The Installation And Implementation Of Network Fiber Optics, Cat6 Cable With Cctv Configuration And Management. • Must Have Three (3) Certified Product Engineer Personnel Of The Company. • Must Have At Least One (1) Certified Fiber And Copper Technician. Vi. Schedule Of Requirements: • Contractor Shall Complete The Project Within Twenty (20) Calendar Days. Vii. Terms Of Payment: • Full Payment Shall Be Processed Twenty (20) Working Days From The Receipt Of Invoice, Subject To The Usual Accounting And Auditing Rules And Regulations Of The Picc. • The Contractor Must Submit The Following Prior To The Processing Of The Payment. • Sales Invoice • As Built Plan • Photos Of The Completed Project Viii. Waranty And Support: • The Warranty Period Is One (1) Year After Acceptance By The Picc Authorized Representative Of The Project. Ix. General Conditions Of The Contract 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date13 Jan 2025
Tender AmountPHP 90 K (USD 1.5 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only. This Is Not A Solicitation Announcement 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. no Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation. In Order To Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. the Naval Facilities Engineering Systems Command Southeast (navfac Se) Is Seeking Qualified And Interested Parties In Any Of The Following Categories: Service Disabled Veteran-owned Small Business (sdvosb), And/or Small Business (sb) Sources, U.s. Small Business Administration Certified 8(a) Program Participants, Hubzone Small Business (hubzone), And Women Owned Small Business (wosb), With Current Relevant Qualifications, Experience, Personnel, And Capability To Perform. the Work Will Be Performed In The Area Of Operations (ao) For Navfac Se, Which Includes, But Is Not Limited To, The States Of Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee, And Texas.projects Are Planned To Be Issued As Task Orders Under Multiple Award Construction Contracts (maccs).the Work To Be Performed Consists Of, But Is Not Limited To: New Construction, Renovation, Alteration, Demolition, And Repairs Of Electrical Power Generation Plants, Electrical Transmission Systems, Electrical Distribution Systems, Outdoor Lighting, Airfield Lighting, Secondary Electrical Components, And Other Electrical Utilities Efforts, Including Storm Recovery For The Area Of Responsibility Managed By Navfac Se. projects Will Require Either Single Discipline Or Multi-discipline Design Services Or May Include 100% Construction Performance Specifications. Projects May Be Based On Design-build Or Full Plans And Specifications Format And May Also Require Comprehensive Interior Design And Incorporation Of Sustainable Features. contracts Will Be For One (1) Five-year Ordering Period. The Aggregate Value Of All Contracts Awarded From Any Resultant Solicitation Is Anticipated To Be $249,000,000 ($249m) Over The Five-year Period Over The Five-year Period. A Per-contract Maximum Will Not Be Identified. Task Orders Will Be Firm-fixed-price And Will Range From $500,000 To $30,000,000. Task Orders Under Or Over These Amounts May Be Considered If Deemed To Be In The Government’s Best Interest And Approved By The Navfac Chief Of The Contracting Office. Macc Contractors May Be Asked To Respond To Multiple Requests For Proposals (rfps) In A Short Timeframe (e.g., Four (4) Or Five (5) Rfps Issued Within A 30-day Period). if The Solicitation Is Issued As A Small Business Set-aside, Then In Accordance With Federal Acquisition Regulations (far) 52.219-14, Limitations Of Subcontracting, For General Construction, The Prime Contractor May Not Pay More Than (85%) Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Material, To Subcontractors That Are Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85% Subcontract Amount That Cannot Be Exceeded. the North American Industry Classification System (naics) Code Is 238210 – Electrical Contractors & Other Wiring, With A Small Business Size Standard Of $19,000,000 ($19m). contractor Information: Provide Your Firm’s Contact Information, To Include Its System For Awardmanagement (sam) Unique Entity Identifier And Cage Code Numbers. indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: Yes No. type Of Business: U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov. bond Capacity: Provide Your Firm’s Surety’s Name, Your Firm’s Maximum Bonding Capacity Per Individual Project And Aggregate Bonding Capacity. experience Submission Requirements: Submit A Minimum Of Three (3) Design-build Or Design-bid-build Projects That Demonstrate Multi-discipline, Architectural, Engineering, Construction Experience As The Prime Contractor In Performing Efforts Of A Similar Size, Scope And Complexity To The Project Description Above (construction, Renovation, Alteration, Demolition And Repair Work, Including The Necessary Design); And Completed Within The Last Seven (7) Years With A Completed Value Of $500,000 Or Greater. submissions Shall Contain The Following Items (1-7) For Each Project Submitted For Consideration: include Contract Number, If Applicable. indicate Whether Prime Contractor Or Subcontractor. contract Value. completion Date. government/agency Point Of Contact And Current Telephone Number. project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size, Scope And Complexity To The Project Description In This Announcement; And How The Contract Referenced Relates To The Project Description Herein. identify Whether Your Firm Used In-house Design Capacity Or Used An Architect/engineer (a/e) Firm To Provide Design Services. Indicate Whether Your Firm Has An Established Working Relationship With The Design Firm, If Applicable. capability Statements Consisting Of Appropriate Documentation, Literature, Brochures Will Be Accepted Providing It Contains All The Information Required Above (items 1-5). Complete Submission Package Shall Not Exceed 10 Pages.please Respond To This Announcement By 3:00pm Eastern Time On 23 January 2025 Via Email To Darrien.a.thomas.civ@us.navy.mil And A Copy To Matthew.j.abbott5.civ@us.navy.mil. The Subject Line Of The Email Shall State: Electrical Utilities Macc Sources Sought Response. Responses That Do Not Meet All Requirements Or Are Not Submitted With The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation. Navfac Se Will Utilize The Information For Technical And Acquisition Planning. All Proprietary Information Not To Be Disseminated Outside The Government Must Be Clearly Marked And Identified. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Participants.
Closing Date23 Jan 2025
Tender AmountRefer Documents 
4521-4530 of 4726 archived Tenders