Survey Tenders
Survey Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought/market Survey Notice Is Being Conducted By Aleda E. Lutz Va Medical Center, 1500 Weiss Street, Saginaw Mi, 48602 To Identify All Sources That Are Capable Of Providing Maintenance Service For Emergency Generator For The Period Of April 5, 2025 April 4, 2026 At The Discretion Of The Government In Strict Accordance With All Schedules, Specifications, Terms, Conditions And Provisions Of This Contract.
general Information
visit #1 Furnish All Tools, Labor, Materials, Parts, And Laboratory Services To Perform The Following Specified Maintenance On The Five Generators Listed At The End Of This Document:
all Maintenance, Service, Operational Checks, And Parts Shall Be Performed And Supplied Per The Manufacturer S Recommendations By Manufacturer Certified Technicians.
contractor Shall Provide All Fluid Analysis Reports And Within 7 10 Days After Completion Of Maintenance. contractor Performance Shall Be Monitored Through Service Reports That Shall Be Submitted After Each Repair Has Been Conducted.â Field Service Reports Must Be Submitted Within 7-10 Days And Will Be Reviewed For Accuracy And Timely Submission.
contractor Shall Perform Services Within 60 Days Of Award.
maintenance Checks: radiator Core For Air Flow
antifreeze Protection
coolant Level
coolant Inhibitor Strength (add Conditioner If Required To Update Strength)
radiator Cap And Seal
coolant Leaks
lube Oil Level
fan Belt Tension
condition Of All Hoses
hose Clamps
condition Of Flex Fuel Lines
day Tank Float Controls, Solenoid, And Main Fuel Pump Operation
fuel System For Leaks
cranking Voltage Drop
battery Electrolyte Level
battery Voltage
battery Charger Rate
battery Cables And Connections
flex Exhaust Couplings Rain Flashing
turbo Wheel For Bearing Wear
terminal Strip Connections
loose Relays In Control Panel
jacket Water Heater Operation
governor Oil Level
governor Linkage
remote Governor Control Operation
air Gap On Generator
collector Rings And Brushes
oil And Dirt Buildup In Generator
system For Loose Bolts, Etc.
crank Termination Time
engine Instruments
abnormal Noise Or Vibration
exhaust Characteristics Louver Operation
crankcase Blow By
voltage And Frequency
all Switches In Correct Position
drain Water And Sediment From Day Tank
lubricate Generator Bearing
clean Engine Crankcase Breather
lubricate Fan Pulley
clean Primary Filter
drain Exhaust Moisture Traps
inspect The Turbocharger For End Play And Leaks maintenance Services:
note: All Filters Shall Be Oem
change Air Cleaner Elements, Check Seals, Air Cleaner Indicators And Air Induction System
take Oil Sample And Perform Infrared Analysis (performed By A Fluid Analysis Lab)
take Fuel And Coolant Samples And Perform Analysis (performed By A Fluid Analysis Lab)
change Lube Oil And Filters, Lube Oil Is To Be Replaced With Fully-synthetic Oil In Accordance With Manufacturers Recommendations change Fuel Filters
oil, Fuel, And Coolant Samples Taken Will Be Delivered To The Testing Laboratory In A Reasonable Time As To Not Compromise The Samples. Care Will Be Taken As To Storing The Samples As Recommended By The Testing Laboratory Until They Are Delivered.
operational Checks:
recheck Oil Level While Running
recheck All Fluid Systems For Leaks
used Oil Transportation And Recycling: transportation And Recycling Of Used Oil Shall Be Performed In Accordance With Federal, State And Local Regulations Including: michigan Natural Resources And Environmental Protection Act 451, Of 1994 As Amended, Part 121 Liquid Industrial By-product. prior To Transporting Used Oil From The Property, The Transporter Must Provide A Shipping Document Describing The Materials In Accordance With Above Regulation For Certification By The Detroit Vamc Gems Program Manager Or Designee. The Contractor Shall Arrange For The Designated Recycling Facility To Notify The Cor, In Writing, That The Shipment(s) Arrived At Its Destination Within 7 Days Of The Date The Shipment Left The Facility. michigan Hazardous Material Transportation Act 138. prior To Transporting Used Oil From The Property, The Contractor Shall Provide A Copy Of The Act 138 Transporter S Permit And Registration To The Cor For The Approval Of The Gems Program Manager. During Transport, The Transporter Must Also Be Able To Produce A Copy Of The Act 138 Permit And Registration, Either Via Electronic Record Or Hard Copy, To Deq Staff Or A Peace Officer When Requested. generator #1
cummins/onan Model: Dfeb-4955010 Sn: B010204440 kw: 400 Pf: .8 Volt: 120/208 Amp: 1387 generator #2 mtu Onsite Energy Model: 400pxc6dt3 Sn: 331914-1-1-0411 kw: 400 Pf: .8 Volt: 120/208 Amp: 1387 generator #3 cummins/onan Model: 350 Dfcc Sn: G920477586 kw: 350 Pf: .8 Volt: 277/480 Amp: 526 generator #6 mtu Onsite Energy Mod: 750rxc6dt2(g05) Sn: Wa-572596-0410 kw: 750 Pf: .8 Volt: 277/480 Amp: 1127 generator #7 mtu Onsite Energy Mod: Ds00500d6srah1583 Sn: 331787-1-1-0411 kw: 500 Pf: .8 Volt: 277/480 Amp: 751 If This Is A Service Your Business Can Provide, Respond To This Sources Sought By Friday, January 3, 2025; 3:00 P.m. Eastern Time. Responses Should Include: (1) Business Name And Address (2) Point Of Contact Name, Phone Number, And E-mail Address (3) Sam Uei And Naics Code (4) Business Size Small Or Large (5) Type Of Business Service Disabled Veteran Owned, Veteran Owned, 8a, Hubzone, Women-owned Etc. (6) Applicable Gsa/fss Contract Number (if Applies). All Businesses Eligible To Provide This Service Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides For The Above Noted Service. E-mail Responses To: Ariel Bautista-lagares, At Ariel.bautista-lagares@va.gov (note: This Is Not A Request For Quote Or An Announcement Of A Solicitation.)
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: ***sources Sought Amendment 001*** the Purpose Of This Sources Sought Amendment Is To Post Responses To Vendor Questions. All Other Information Remains Unchanged Including The Response Date. *** this Is A Request For Information (rfi) Only. This Rfi Is A Request For Informational Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quotation (rfq), Or Request For Proposal (rfp). This Rfi Does Not Constitute A Commitment By The U.s. Army To Procure Products Or Services. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi Or Otherwise Pay For The Information Solicited. Information Submitted In Response To This Rfi Is Submitted At No Cost To The Government And Will Not Be Returned. Any Exchange Of Information Shall Be Consistent With Procurement Integrity Requirements, And All Appropriate Proprietary Claims Will Be Protected To Prevent Improper Disclosure. your Response To This Rfi Is Voluntary And Will Be Treated Only As Information For The Government To Consider. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Army May Use The Information Provided To Develop Its Acquisition Strategy. If A Solicitation Is Released For The Supplies Or Services Described Herein, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Potential Requirement. the Us Government Is Conducting Market Research For The Rapid Development, Deployment, And Continued Support Of The Us Army Mobile Low, Slow, Small Unmanned Aircraft System (uas) Integrated Defeat System (m-lids). Current M-lids Systems Consist Of Coyote Missiles With Launchers, A 30 Mm Cannon, A .50 Caliber Gun, An M240 7.62mm Crew Served Weapon, An Electronic Warfare (ew) System, An Electro-optical/infrared (eo/ir) Camera And A Ku-band Radio Frequency System (kurfs) Radar Under The Control Of A Forward Area Air Defense Command And Control (faad C2) System Mounted On A M-atv Vehicle. Future Variants Will Be Configured On A Single Vehicle Such As Stryker. All Variants Will Be Capable Of Identifying And Defeating Group 1 Through Group 3 Uas Threats. The System Shall Be Capable Of Integrating Additional Sensors And Effectors. background: The Us Army Has A Need To Develop, Produce, And Maintain Countermeasures Against Enemy-armed And Intelligence Gathering Uas's Operating At Various Speeds And Altitudes Which Are Targeting Both Us And Their Allies’ Interests At Home And Abroad. interested Firms Who Believe They Can Provide The Below Described Efforts Are Invited To Indicate Their Interest By Providing The Following Information To The Contract Specialist Listed Below: 1. Company Name, Company Address, Overnight Delivery Address (if Different From Mailing Address, Cage Code, Point Of Contact, E-mail Address, Telephone Number, Fax Number. 2. Business Size (i.e. Large, Small Disadvantaged, Veteran Owned, Woman Owned, Etc.) 3. Affirmation Of Cleared Personnel And Facilities. 4. A Description Of The Company's Expertise In Providing Manufacturing Expertise And Producing Hardware As Described Below. 5. The Company's Experience In Meeting Contractual Due Dates For Similar Type Efforts. 6. Naics Code 334511 all Responses Shall Be Unclassified. all Assumptions, Including Any Assumed Government Support, Shall Be Clearly Identified. All Proprietary And Restricted Information Shall Be Clearly Marked. interested Sources Shall Have Sufficient Logistics, Engineering, And Other Expertise To Provide All Facets Of Development, Production, And Support For The Army’s M-lids System With The Aid Of A Partial Level Ii Technical Data Package (tdp) That Is In The Format Of The Developing Contractor. Portions Of The Technical Data Are Proprietary, And Portions Are In Contractor Format. The Government Will Not Provide A Tdp In Response To This Posting. the Interested Source Shall Be Capable Of Providing Coverage, Starting Approximately January 2026, For The Following At Contract Award: 1) Maintenance And Repair For Us Army Outside The Continental United States (oconus) And Continental United States (conus) M-lids Systems Of All Variants. 2) Personnel Capable Of Maintaining And Repairing Systems To Meet The Programs Operational Availability Requirements To Multiple Conus And Oconus Sites. 3) Training For Operators And Maintainers. 4) Obtaining Spare And Repair Parts And Providing Them To Conus And Oconus Sites. The Interested Source Shall Be Capable Of Maintaining And Repairing More Than 30 Systems. the Interested Source Shall Have Sufficient Engineering Expertise To Support The Integration Of The Overall System As Well As Provide Development Activities For The Counter-uas (c-uas) And Counter-improvised Explosive Device (c-ied) Electronic Warfare Systems (without A Tdp) In Accordance With United States Government (usg) Requirements. The Development Activities Will Include Both Hardware And Software Capabilities. The Interested Source Shall Possess Or Have Access To A Facility Capable Of Testing Capability At The System And Component Level. The Interested Source Shall Have The Capability Of Identifying Obsolescence In The Components And Provide The Usg With Proposed Replacements Or Redesigns. The Interested Source Shall Provide The Usg With Solutions To Allow The M-lids System To Be Exportable. the Interested Source Shall Have The Capability To Produce, Integrate And Perform Acceptance Test Of The M-lids System Iaw Usg Requirements. The Interested Source’s Production Facility Shall Have Iso 9001 Certification. Naics Code For This Requirement Is 334511. The Estimated Production Requirement Is 70 Systems Over Five Years. this Procurement Requires The Interested Source To Operate As A Us Corporation With A Secure Manufacturing Facility Approved To The Secret Level By The Defense Security Service (dss). Further, The Defense Contract Management Agency (dcma) Will Be Asked To Conduct A Pre-award Survey Of The Firm's Facility To Determine The Capability To Successfully Fulfill The Requirements Of This Contract And To Minimize Risk To The Product Manager, Counter Unmanned Aircraft System (pdm Cuas) Office. this Rfi Will Close 30 Days From The Date Of Posting. All Questions And Responses Should Be Directed To The Contracting Officer/contracts Specialist.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Brand Name Omnicell Xt Automated Dispensing Cabinets And Safes To The Ihs, Fort Yuma Health Center Located In Winterhaven, Ca. Reference Ihs1503544-ftym. requirement: See Attachment delivery To: Fort Yuma Health Center, 401 Picacho Road, Winterhaven, Ca 92283 the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 339114 (dental Equipment And Supplies Manufacturing) With An Associated Small Business Size Standard Of 750 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A: ___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees. definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That: the Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%; the Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And the Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale 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 Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Supplies Are Invited To Submit A Response To This Sources Sought Notice By January 20, 2025 3:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1503544-ftym. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name. 2. Point Of Contact (name/title/telephone Number/e-mail Address). 3. Fss / Sewp Contract Number, If Applicable. 4. Duns Number Or Sam Unique Entity Identifier Number. 5. Tax Id Number. 6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies. 7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above. 9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer. additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1. to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following: representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And, identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status. interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact: donovan Conley contract Specialist phoenix Area Office, Acquisition Department 40 North Central Ave 602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form 2. Brand Name Omnicell Justification
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 272 K (USD 4.6 K)
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.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
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
National Institutes Of Health Tender
Machinery and Tools
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
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).”
National Institutes Of Health Tender
Others
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
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).”
Department Of Public Works And Highways Tender
Others
Philippines
Closing Date5 Feb 2025
Tender AmountRefer Documents
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
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
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.
4521-4530 of 4730 archived Tenders