Survey Tenders
Survey Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
amanda Webster
contract Specialist
amanda.webster@va.gov secondary Point Of Contact: bridget May
contracting Officer
bridget.may@va.gov
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: la city: baton Rouge delineated Area: starting At The Intersection Of Scenic Highway And Blount Rd, Travel East On Blount Rd To Plank Rd. Go South On Plank Rd To Ford St. Proceed East On Ford St To Mickens Rd. Go South On Mickens Rd To Silverleaf Ave. Proceed South On Silverleaf Ave To Greenwell St. Travel West On Greenwell St To Airline Hwy. Go South On Airline Hwy To Prescott Rd. Proceed East On Prescott Rd To Lanier Dr. Travel South On Lanier Dr To Greenwell Springs Rd. Go East On Greenwell Springs Rd To N. Sherwood Forest Dr. Continue South On N. Sherwood Forest Dr To S. Choctaw Dr. Travel East On S. Choctaw Dr To Central T Hwy. Go South On Central T Hwy To Florida Blvd. Continue West On Florida Blvd To S. Flannery Rd. Proceed South On S. Flannery Rd To Old Hammond Hwy. Go East On Old Hammond Hwy To Millerville Rd. Travel South On Millerville Rd To I-12. Travel East On I-12 To O’neal Ln. Go South On O’neal Ln To S. Harrell’s Ferry Rd. Proceed West On S. Harrell’s Ferry Rd To Jones Creek Rd. Continue South On Jones Creek Rd To Coursey Blvd. Travel West On Coursey Blvd To Stumberg Ln. Go South On Stumberg Ln To Jefferson Hwy. Proceed West On Jefferson Hwy To Airline Highway. Continue North On Airline Hwy To Jefferson Hwy. Proceed West On Jefferson Hwy To Bluebonnet Blvd. Travel South On Bluebonnet Blvd To Burbank Dr. Go West On Burbank Dr To W. Lee Dr. Continue South On W. Lee Dr To Nicholson Dr. Proceed South On Nicholson Dr To L’auberge Crossing Dr Ln. Continue South On L’auberge Crossing Dr To River Rd. Travel West Then North On River Rd To Chippewa St. Proceed East On Chippewa St To S. Interstate 110-hwy. Continue North On S. Interstate 110-hwy To Airline Hwy. Go West On Airline Hwy To Scenic Hwy. Travel North On Scenic Hwy To The Intersection Of Blount Rd And Scenic Hwy. minimum Sq. Ft. (aboa): 27,000 maximum Sq. Ft. (aboa): 29,700 space Type: office, Lab, And Storage parking Spaces (total): 25 Parking Spaces parking Spaces (surface): 25 Parking Spaces full Term: 17 Years firm Term: 15 Years additional Requirements: general Building/space Condition a Single Tenant Facility Is The Most Suitable For This Unique Requirement noise And Vibration Events Adversely Affect This Tenancy And Sites Encountering This Should Be Avoided Or A Mitigation Plan Must Be Provided. space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum Or Other Permanent Materials In Good Condition And Acceptable To The Gsa Lease Contracting Officer. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Be Complete By Occupancy, Modernization Or Adaptive Reuse For The Space With Modern Conveniences. space Should Allow For An Efficient Layout Pursuant To Agency’s Special Requirements. aboa Sf Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors And Public Toilets Required By Local Code. normal Hours Of Operation: 7:00 Am – 5:00 Pm M - F; Offered Space Must Be Accessible 24/7. gsa Requires A Loading Area With Protection From Weather. not All Minimum Requirements Are Reflected In This Advertisement. Offered Space Must Meet All Government Requirements Contained In The Rlp/lease To Be Issued, Including, But Not Limited To, The Agency Specific Requirements And Facility Security Level Ii Requirements By The Occupancy Date Per The Terms Of The Lease. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. a Map Of The Delineated Area Is Provided For Further Clarification Of The Boundaries: expression Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: name Of Owner; property Authorization Letter From The Owner; address Or Locational Description Of The Building; age Of Building; total Gross Square Feet; And Gross Square Feet Per Floor; site Plan Depicting The Building And Parking; floor Plan And Gross Square Footage Of The Proposed Space; identification Of On-site Parking; a Map Demonstrating The Building Is Within The Delineated Area; a Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property; a Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property; building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development; expressions Of Interest Due: january 20, 2025 market Survey (estimated): tbd occupancy (estimated): october 2026 send Expressions Of Interest To: name/title: ed Brennan, Gsa Broker Contractor sam Dyson, Gsa Broker Contractor 202-652-4194 / 571-289-3915 email Address: edward.brennan@gsa.gov samuel.dyson@gsa.gov government Contact Information lease Contracting Officer kristine Deltorto project Manager aaron Laboon broker ed Brennan
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: This Was Previously Posted As N0016424snb66 n00164-25-s-nb20 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Psc: J059, Naics 811210 issue Date: 4 December 2024 Closing Date: 6 January 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 6 January 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers announcement Number: N00164-25-s-nb20 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-25-s-nb20 In All Correspondence And Communication.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date6 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 Or Equal Applied Medical Laparoscopy Supplies To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1502771-pimc. requirement: Mfg: Applied Medical Laparoscopy Supplies no. Item # Description U/m
1 Cfr03 Trocar, 5mm X 100mm, Balloon Optical Port First Entry, Kii Fios 6/bx
2 Cfr01 Trocar, 5mm X150mm Balloon, Kii Optical Access System 6/bx
3 Cfr71 Trocar, 12mm X150mm Balloon ,kii Optical Access System 6/bx
4 Cfr73 Trocar, 12mm X100mm Kii Optical Ballon Access System 6/bx
5 Ca500 Clip Appliers 6 Cd001 Retrieval Bag 7 C2201 Insufflation Needle 13g X 120 8 C2202 Insufflation Needle 13g X 150 delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Or Department, Phoenix, Az 85016 the Applicable Naics Code To This Procurement Is 339112 – Surgical And Medical Instrument Manufacturing And Size Standards Is 1,000 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 6, 2025 3:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1502771-pimc. 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
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 150 K (USD 2.5 K)
Details: Description Request For Quotation No.: 2025-01-001-gs Date Published: January 11, 2025 Closing Date: January 16, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 16, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Seminar-workshop On Sports Skills And Accreditation Of Coaches And Technical Officials Approved Budget For The Contract (abc): ₱150,000.00 Funding Source: Osec-1-24-7355 Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (am Snacks, Lunch & Pm Snacks) 100 3 500.00 150,000.00 Inclusive Of Complete Services Stated In The Tor Total ₱150,000.00 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 Seminar-workshop On Sports Skills And Accreditation Of Coaches And Technical Officials 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 16, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 16, 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 Seminar-workshop On Sports Skills And Accreditation Of Coaches And Technical Officials By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Seminar-workshop On Sports Skills And Accreditation Of Coaches And Technical Officials. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Seminar-workshop On Sports Skills And Accreditation Of Coaches And Technical Officials. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Meals And Snacks (snacks, Lunch & Pm Snacks) 100 January 22-24, 2025 2. Food Requirement: Am Snacks, Lunch And Pm Snacks • 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 O Pm Snacks: 2:30-3:00 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 Seminar-workshop On Sports Skills And Accreditation Of Coaches And Technical Officials Under Project Id No. 2025-01-001-gs Of Deped Sdo 1 Pangasinan.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 20.4 Million (USD 349.6 K)
Details: Description Invitation To Bid For Batutu Ris 1. The National Irrigation Administration – Irrigation Management Office Davao De Oro, Through The Gaa 2025 – Repair Nis Intends To Apply The Sum Of Twenty Million Four Hundred Eighty Thousand Pesos (php 20,480,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Canalization Of Lateral C West, Lateral C-1 West And Lateral A West With Canal Structures And Road Surfacing Of Batutu Ris, Compostela, Davao De Oro Under Lmc No. Ddo 2025-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Irrigation Management Office Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 270 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Irrigation Management Office Davao De Oro And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 - January 15, 2025, 5pm From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than 5:00 Pm On January 15, 2025. 6. The National Irrigation Administration – Irrigation Management Office Davao De Oro Will Hold A Pre-bid Conference On January 07, 2025, 10:00 Am At Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro And/or Through Videoconferencing/webcasting Via Zoom Or Google Meet (id Will Be Sent During The Conference), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 20, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 20, 2025, 9:30 Am At The Given Address Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection (will Be Scheduled During Pre-bidding Conference; Strictly One (1) Time Schedule Only) Is Required Before Procuring Bid Documents. B. Interested Bidders Who Have Not Attended The Pre-bidding Conference Will Be Required To Purchase The Minutes Of The Pre-bidding Conference As An Additional Requirement (pre-requisite Before Site Visit). C. License Minimum Size Range & Classification: Medium A - Irrigation And Flood Control D. Minimum Equipment Requirements: Equipment Units Equipment Units Dump Truck (all Models - 6 Cu.m.) 2.00 Cargo Truck (195 Hp - 6-8 Tons) 1.00 Grader 1.00 Backhoe Crawler Ex 270 Dx (0.75 Cu.m.) 2.00 Mixer (1 Bagger) 3.00 Concrete Vibrator 1.00 Concrete Cylinder Molds (1set@3pcs) 3.00 Survey Instrument (level) 1.00 E. Minimum Requirement Of Key Personnel: Key Personnel Relevant Key Personnel Relevant Experience Experience 1 – Project Manager 5 Years 1 – Materials Engineer 5 Years 1 – Project Engineer 5 Years 1 – Safety Officer 5 Years 1 – Foreman 5 Years F. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: G1. Letter Of Intent G2. Company Profile G3. Notarized Site Visit Certificate With Attached Geotagged Photo G4. Certification From All Provincial Offices (davao Del Sur, Davao Oriental, Davao Del Norte, And Davao De Oro) Including Rio That The Contractor Has Not Incurred 3 Strikes From Previous Biddings, No Negative Slippage Of On-going Contracts, And No Unsatisfactory Rating On Cpes Evaluation /certification From Imo That The Comments From The Latest Cpes Evaluation Have Been Satisfactorily Rectified And Now Meets All Compliance Standard. G5. Special Power Of Attorney (spa)/ Secretary’s Certificate With Organizational Chart G6. Valid Id (plus Company Id, In The Case Of A Representative) G7. Original Pcab License G8. Statement Of The Bidder's Single Largest Completed Contract (slcc) 11. The National Irrigation Administration – Irrigation Management Office Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Secretariat Nia-imo Davao De Oro Dagohoy St. Poblacion, Compostela, Davao De Oro Cellphone No. (smart) 0998-8648710 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&orgid=86489&type=agency&clickfrom=openopp December 27, 2024 Alex A. Merlin Bac Chairman
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 10.6 Million (USD 182.1 K)
Details: Description Invitation To Bid For Batutu Ris 1. The National Irrigation Administration – Irrigation Management Office Davao De Oro, Through The Gaa 2025 – Repair Nis Intends To Apply The Sum Of Ten Million Six Hundred Seventy Thousand Pesos (php 10,670,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Package 2: Canalization Of Hdpe Canal At Lateral F West With Hdpe Accessories And Concrete Canal At Lateral F-1 West With Canal Structures Of Batutu Ris, New Bataan, Davao De Oro Under Lmc No. Ddo 2025-005. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Irrigation Management Office Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 270 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Irrigation Management Office Davao De Oro And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 01, 2025 - January 17, 2025, 5:00 Pm From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than 5:00 Pm On January 17, 2025. 6. The National Irrigation Administration – Irrigation Management Office Davao De Oro Will Hold A Pre-bid Conference On January 09, 2025, 1:00 Pm At Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro And/or Through Videoconferencing/webcasting Via Zoom Or Google Meet (id Will Be Sent During The Conference), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 21, 2025, 8:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 21, 2025, 9:30 Am At The Given Address Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection (will Be Scheduled During Pre-bidding Conference; Strictly One (1) Time Schedule Only) Is Required Before Procuring Bid Documents. B. Interested Bidders Who Have Not Attended The Pre-bidding Conference Will Be Required To Purchase The Minutes Of The Pre-bidding Conference As An Additional Requirement (pre-requisite Before Site Visit). C. License Minimum Size Range & Classification: Small B - Irrigation And Flood Control D. Minimum Equipment Requirements: Equipment Units Equipment Units Dump Truck (all Models - 6 Cu.m.) 2.00 Cargo Truck (195 Hp - 6-8 Tons) 1.00 Backhoe Crawler Ex 270 Dx (0.75 Cu.m.) 2.00 Generator Set 1.00 Fusion Machine 1.00 Mixer (1 Bagger) 2.00 Concrete Vibrator 1.00 Concrete Cylinder Molds (1set@3pcs) 3.00 Survey Instrument (level) 1.00 E. Minimum Requirement Of Key Personnel: Key Personnel Relevant Key Personnel Relevant Experience Experience 1 – Project Manager 5 Years 1 – Materials Engineer 5 Years 1 – Project Engineer 5 Years 1 – Safety Officer 5 Years 1 – Mechanical Engineer 5 Years 1 – Foreman 5 Years F. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: G1. Letter Of Intent G2. Company Profile G3. Notarized Site Visit Certificate With Attached Geotagged Photo G4. Certification From All Provincial Offices (davao Del Sur, Davao Oriental, Davao Del Norte, And Davao De Oro) Including Rio That The Contractor Has Not Incurred 3 Strikes From Previous Biddings, No Negative Slippage Of On-going Contracts, And No Unsatisfactory Rating On Cpes Evaluation /certification From Imo That The Comments From The Latest Cpes Evaluation Have Been Satisfactorily Rectified And Now Meets All Compliance Standard. G5. Special Power Of Attorney (spa)/ Secretary’s Certificate With Organizational Chart G6. Valid Id (plus Company Id, In The Case Of A Representative) G7. Original Pcab License G8. Statement Of The Bidder's Single Largest Completed Contract (slcc) 11. The National Irrigation Administration – Irrigation Management Office Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Secretariat Nia-imo Davao De Oro Dagohoy St. Poblacion, Compostela, Davao De Oro Cellphone No. (smart) 0998-8648710 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&orgid=86489&type=agency&clickfrom=openopp December 31, 2024 Alex A. Merlin Bac Chairman
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 270 K (USD 4.6 K)
Details: Description Request For Quotation No.: 2025-01-006-gs Date Published: January 22, 2025 Closing Date: January 28, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 28, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Training-workshop On Exploring The Wonders Of Mathematics Through Mathematical Investigation Approved Budget For The Contract (abc): ₱270,000.00 Funding Source: Hrtd Fund Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 90 3 1,000.00 270,000.00 Inclusive Of Complete Services Stated In The Tor Total ₱270,000.00 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 Training-workshop On Exploring The Wonders Of Mathematics Through Mathematical Investigation 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 28, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 28, 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 Training-workshop On Exploring The Wonders Of Mathematics Through Mathematical Investigation By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Training-workshop On Exploring The Wonders Of Mathematics Through Mathematical Investigation. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Training-workshop On Exploring The Wonders Of Mathematics Through Mathematical Investigation. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 90 February, 2025 2. Food Requirement: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner • 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 Breakfast: 6:30 – 7:30 Am O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm O Pm Snacks: 2:30-3:00pm O Dinner: 5:00 – 6:00 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 Training-workshop On Exploring The Wonders Of Mathematics Through Mathematical Investigation Under Project Id No. 2025-01-006-gs Of Deped Sdo 1 Pangasinan.
National Institutes Of Health Tender
Others
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. 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), Translational Gerontology Branch (tgb), Owns A Mass Spectrometer System Used To Perform Discovery Proteomics Studies And Is Applied To Diverse Projects Across The Nia, Including The Discovery Of Circulating Biomarkers From Aging Studies. The Proper Function Of The Spectrometer System And All Its Ancillary Protein Analysis Instruments Are Essential For The Research Performed And Goals Of The Nia. The Purpose Of This Requirement Is To Procure Maintenance Services For The Mass Spectrometer System And Its Ancillary Protein Analysis Equipment’s. The Service Must Be Performed By Technicians Who Have The Necessary Training For Continuous Service Of The Instruments. purpose And Objectives: the Contractor Shall Provide The Government With Preventive Maintenance And Repair Support For The Following Instruments: q Exactive Hf Model No. 0726041 Serial No. Sn05734l ultimate 3000 Ncs Model No. 5041.0010a Serial No. 8179689 dionex Autosampler Model No. 5826.0020 Serial No. 8180055 orbitrap Eclipse Tribid Model No. Fsn04-10002 Serial No. Fsn40536 vanquish Neo System Model No. Vn-s10-a-01 Serial No. Sys830482 faims Pro Duo Interface Model No. Fms03-10001 Serial No. Faims-30311 accelerome Model No. C0960-01-00109 Serial No. 665140 contractor Shall Provide Preventative Maintenance Visit Including Demand On-site Service Visits. The Services Must Be Provided By Original Equipment Manufacturer (oem) Certified Service Technicians. anticipated Period Of Performance: the Period Of Performance Will Include A Period Of One Base Year And Four, One-year Option Periods. place Of Performance: the Place Of Performance Shall Be National Institute On Aging, Located At 251 Bayview Blvd, Baltimore, Md 21224-6825. in Case Domestic Sources Are Available And Capable Of Fulfilling The Government’s Need, And A Future Solicitation Is Published, The Government Will Use Evaluation Preferences In Accordance With Far 25. capability Statement /information Sought. companies 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. 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 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. 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 And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Iris Merscher, Contract Specialist, At E-mail Address Iris.merscher@nih.gov. the Response Must Be Received On Or Before January 17, 2025, 5:00 Pm, Eastern Standard 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 Pre-solicitation 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).
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connect With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), And One (1) Instrument Landing System/distance Measuring Equipment (ils/dme), And All Necessary Communications And Electrical Power Infrastructure Extension To Existing Infrastructure On The Airfield, In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf). any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb. overview the Program Is In Support Of Us Government Foreign Partner, The Aaf. The Program Will Provide One (1) Vortac System, One (1) Ils/dme System, And All Necessary Fiber Optic Communications And Electrical Power Infrastructure Extension Cables From Each Equipment Shelter, Up To 30-meters To Aaf-provided Communication And Power Terminations. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). The Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Testing (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, Spares, Consumables, Special Tools And Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Warranty, And 5-years Repair And Return (r&r). the Ils/dme, And Vortac, Will Be Provided To Kucova Air Base (ab), Albania. The Ils/dme Is Intended For Runway 14 And The Us Government Is Seeking Information Regarding Price And Support. additionally, The Us Government May Require A Second Ils/dme System For Runway 32 And Is Seeking Information Regarding Price And Support For This As Well. the Us Government Is Also Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft. requested Information information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page: company Name/division, Address, Telephone Number, Website Url. point-of-contact Name, Title, Telephone Number, And E-mail Address. unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov). business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business). the Facility Clearance Of The Offeror. based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address: experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems. experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems. in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems. provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements. responses interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 January 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below. ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil questions questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 22 January 2025 Will Be Answered.
4541-4550 of 4727 archived Tenders