Survey Tenders
Survey Tenders
Survey Of India - SOI Tender
Services
Other Consultancy Services...+1Consultancy Services
Eprocure
Corrigendum : Corrigendum Added
India
Purchaser Name: Survey Of India | Request For Proposal For Providing Services For 2d/ 3d Urban Mapping Of Urban Areas Using On-board Aerial Platform (manned/ Unmanned) Fitted With Nadir Camera
Closing Date4 Feb 2025
Tender AmountRefer Documents
Survey Of India - SOI Tender
Services
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
GEM
Corrigendum : Tender Amount Updated
India
Purchaser Name: Survey Of India | CATEGORY: Customized AMC/CMC for Pre-owned Products - Desktop
AIO; HP Lenovo; Comprehensive Maintenance Contract
(CMC); Quarterly; No , Customized AMC/CMC for Pre-owned
Products - Printer; HP; Comprehensive Maintenance
Contract (CMC); Quarterly; No
Closing Date6 Jan 2025
Tender AmountINR 69.4 K (USD 801)
Survey Of Bangladesh Tender
Goods
Others
Bangladesh
Purchaser Name: Survey Of Bangladesh | E-gp-83: 2024-25 Storage Procurement Of Storage And Related Goods
Closing Date20 Jan 2025
Tender AmountBDT 18.9 Million (USD 155.5 K)
This is an estimated amount, exact amount may vary.
Survey Of India - SOI Tender
Services
Housekeeping Services
GEM
India
Purchaser Name: Survey Of India | CATEGORY: Cleaning, Sanitation and Disinfection Service - Outcome
Based - Office/Commercial/Institutions/Residential; General
Cleaning Sweeping Mopping Dusting Deep Cleaning
Scrubbing Vegetation Cutting; Indoor Outdoor
Closing Date20 Jan 2025
Tender AmountINR 2.5 Million (USD 28.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Description: This Is A Small Business Sources Sought Notice Representing A Market Survey And Is Not A Request For Proposals, Proposal Abstracts, Quotations Or Invitation For Bids
â
the Department Of Veterans Affairs Is Conducting A Sources Sought To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Service-disabled Veteran-owned, Veteran-owned, Small Business, Hub Zone 8(a), Women-owned, Or Small Disadvantaged Business Concerns; 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. Small Businesses Concerns Shall Be Capable Of Providing The Necessary Equipment And Personnel To Furnish Service In The Volume Required For All The Items Under This Contract. Contractor Shall Meet All Requirements Of Federal, State Or City Codes Regarding Operations Of This Type Of Service.
the Naics Code Is 492110 (size Standard: 1500 Employees)
the Intent Of This Notice Is To Determine The Availability Of Qualified Commercial Sources Technically Capable Of Providing The Columbia Va Medical Center Located At 6439 Garners Ferry Rd., Columbia, Sc, With Courier Services As Described Below:
general Information:
1. Title Of Project:
courier Services
2. Scope Of Work:
the Contractor Shall Provide Courier Services To Transport Medical Supplies, Prescription Medications, Medical Records, Radiology Results On Cd Or Film, Laboratory Specimens And Cultures, And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary For The Wjb Dorn Medical Center.
B. 24 Hour/7 Days A Week Including Holidays And Weekends.
C. All Travel Is For (in And Around) Columbia, Sc.
D. Contractor Shall Provide Pricing For Mileage More Than 50 Miles.
3. Period Of Performance:
Begins On The Date Of Award And Continue For A Period Of One Year
With The Government Having The Option To Renew For Four One-year
Options.
Base Year + 4 Option Year
base Year:
mar 1, 2025 Feb 28, 2026
1st Option Period
mar 1, 2026 Feb 28, 2027
2nd Option Period
mar 1, 2027 Feb 28, 2028
3rd Option Period
mar 1, 2028 Feb 28, 2029
4th Option Period
mar 1, 2029 Feb 28, 2030
4. Payment Terms:
Net 30 Days After Receipt Of Properly Prepared Invoice.
5. Place Of Performance:
Wjb Dorn Vamc
6439 Garners Ferry Rd.
Columbia, Sc 29209
6. Performance Requirements:
the Contractor Shall Provide Courier Services To Transport Medical Supplies, Prescription Medications, Medical Records, Radiology Results On Cd Or Film, Laboratory Specimens And Cultures, And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary For The Dorn Medical Center.
twenty-four (24) Hour And Seven (7) Days A Week, Monday Thru Sunday, Coverage Is Required To Include Holidays And Weekends. Federal Holidays Are Defined As: New Year S Day, Martin Luther King Jr. Birthday, Washington S Birthday, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day. When A Holiday Falls On A Sunday, The Following Monday Will Be Observed As A Legal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed By U. S. Government Agencies.
all Travel Is Within 100 Miles Of The City Of Columbia, Sc.
general Requirements:
the Contractor Shall Provide Pick-up And Delivery Services Seven Days Per Week, 24 Hours A Day, Including Holidays And Weekends.
the Contractor Shall Deliver Medical Supplies, Prescription Medication, Medical Records, Radiology Results On Cd Or Film, And Laboratory Specimens And Cultures And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary. Pick Up And/or Delivery Will Be Made Within 45 Minutes Of The Requested Time.
the Contractor Is Required To Be Certified To Transport Hazardous Material Due To The Possibility Of Transporting Laboratory Specimens.
drop Off/pickup Locations And Poc Numbers Include, But Not Limited To:
A. Emergency Department, Building 100, Extension 7466.
B. After-hours Pick-up And Delivery (after 4:00pm Daily Weekends
And Holidays) Will Be To The Administrative Officer Of The Day (aod)
Office, Building 100 Located At The Emergency Department, Extension
7200 Or 7201.
C. Travel Office (8:00 Am-4:00pm Monday Thru Friday, Excluding
Federal Holidays) Building 100, Extension 7156 Or 7181.
D. Pharmacy Service, Building 100, Extension 6730 And 7215.
(8:00am-4:00pm), And 7219 (4:00pm-8:00am).
dorn Vamc Reserves The Right To Adjust The Hours And Locations As Needed. The Cor Will Notify The Contractor Within Two Days If There Are Any Additions Or Changes.
the Contractor Is Not Responsible For Any Special Supplies Or Equipment Needed To Deliver Packages To Other Facilities. This Shall Be Provided By The Va Staff.
the Contractor Is Responsible For Ensuring The Safe Delivery Of Specimen, Supplies And Accompanied Staff Member.
contractor Is Responsible For Training Transport Personnel In Appropriate Safety And Transporting Procedures Suitable For Hazardous Material Transports.
quality Control:
the Contractor Shall Develop And Maintain A Quality Control Program That Ensures Courier Services Are Performed In Accordance With These Specifications. The Contractor Shall Develop And Implement Procedures To Track, Identify, Prevent, And Remedy And Ensure Non-recurrence Of Unsatisfactory Services.
the Contractor Shall Provide A Method To Accept And Resolve Customer Complaints And Notify The Cor Of The Complaint And Resolution.
the Contractor Shall Immediately Notify The Cor Upon Receipt Of A Customer Complaint In Order That Joint Validation May Be Accomplished. The Contractor Is Responsible For Quality Control And Specification Compliance.
contractor Courier/drivers
the Contractor Shall Be Responsible For Furnishing All Vehicles, Personnel, Equipment And Supplies, Vehicle Fuel, Uniforms, Name Tags, And/or Badges For Performance Of Services Under This Contract.
as A Non-personal Services Contract, Contractor Personnel Are Not To Be Considered Va Employees For Any Purpose. Contractor Retains All Control Over Personnel And Responsibility For Direct Supervision.
the Vehicle Used In The Performance Of This Contract Must Be Licensed And Meet The Minimum Requirements By The States And Cities Operated Therein.
contractor Will Ensure That All Drivers Utilized Under This Contract Will Be Licensed In Accordance With The Laws Of The State Of South Carolina, For The Transportation Purposes For Which This Contract Is Intended.
contractor Personnel Shall Wear Visible Identification Always While On The Premises Of Any Federal Property.
a Record Of Each Driver As To Character And Physical Capabilities For Performing As A Courier Must Be Maintained And Made Available To The Department Of Veterans Affairs Medical Center Upon Request For Inspection.
the Contractor Personnel Performing Services To The Government Shall Always Conduct Themselves In A Professional Manner, Present A Neat Appearance And Be Easily Recognized As A Contract Employee By Having The Company Name Affixed To The Clothing Uniform.
contractor Vehicles:
contractor Will Maintain Registration, Licensing And Insurance As Required By The State Of South Carolina On All Vehicles Utilized Under This Contract, For The Transportation Purposes For Which His Contract Is Intended.
contractor Will Ensure That All Vehicles Are Designed And Sized Appropriately To Provide Services Descried In This Contract. All Vehicles Must Be Maintained In Accordance With Manufacturers Recommendations And Title 56 Chapter 5 Article 35 Of South Carolina Law.
it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas In Accordance With State And Federal Laws.
security Requirements:
the Contractor And Their Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Policies As Va Personnel, Regarding Information And Information System Security. These Include But Are Not Limited To Federal Information Security Management Act (fism), Appendix Iii Of Omb Circular A-130, And Guidance And Standards, Available From The Department Of Commerce S National Institute Of Standards And Technology (nist).
potential Offerors Having The Skills, Experience, Professional Qualifications, And Capabilities Necessary To Perform The Described Requirement Are Invited To Provide A Capabilities Statement Via E-mail. The Capability Statements Shall Not Exceed Three (3) Pages And Must Include The Following: 1) Company Name And Point Of Contact Information (address, Telephone, E-mail, Web-site, Etc.); 2) Duns Number And Cage Code; 3) Small Business Size/certification (to Include 8(a), Hub Zone, Sdvosb, Etc.); And (4) Familiarity And Product Knowledge.
responses Are Due No Later Than 12:00pm Est, Monday, January 16, 2025, And Shall Be Electronically Submitted To: Monica.reed@va.gov. All Responses Will Be Used To Determine The Appropriate Acquisition Strategy For A Potential Future Acquisition. Response Is Strictly Voluntary; No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow-up Information Requests.
Closing Date16 Jan 2025
Tender AmountRefer Documents
U S CUSTOMS AND BORDER PROTECTION USA Tender
Others
United States
Details: Request For Information (rfi)
office Of Field Operations
san Diego Field Office
kenneling Services – Calexico
u.s. Department Of Homeland Security (dhs)
u.s. Customs And Border Protection (cbp)
introduction
the Department Of Homeland Security (dhs), Customs And Border Protection (cbp) Is Conducting Market Research To Gain A Greater Understanding Of The Full Range Of Available Options To Meet The Government’s Preliminarily Identified Requirements. This Is An Rfi Released Pursuant To Federal Acquisition Regulation (far) Part 10 – Market Research. This Rfi’s Purpose Is To Obtain Market Information On Viable Sources Of Supply, Industry Practices, Answers To Specific Questions, And Industry Comments. All Rfi Submissions Become Government Property And Will Not Be Returned.
this Announcement Constitutes An Official Rfi. Further, Cbp Is Not At This Time Seeking Quotes And Will Not Accept Unsolicited Quotes. Your Response To This Rfi Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission Of Responses To This Announcement Or Government Use Of Such Information. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By Cbp In Developing And Refining Its Acquisition Strategy, Statement Of Work (sow), And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition-sensitive Information Contained In Their Response. The U.s. Government Does Not Intend To Award A Contract Solely On The Basis Of This Rfi Or To Otherwise Pay For The Information Submitted In Response To Same. The U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Survey.
description
this Initiative Is Being Pursued To Procure Commercial Canine Kenneling Services For 36–43 Cbp-owned Canines, With Capacity For Up To 7 Additional Canines In Case Of Evacuations. The Contractor Will Provide All Labor, Supervision, Equipment, And Supplies. The Kennel Must Be Located Within The United States And Within A 25-mile Radius Of The Following Locations:
calexico East Port Of Entry: 1699 E. Carr Rd., Calexico, Ca 92231.
calexico West Port Of Entry: 200 E. First St., Calexico, Ca 92231.
detailed Specifications For The Equipment And Accessories Are Provided In The Attached Statement Of Work (sow).
information Requested:
please Provide Answers To The Following Questions:
company Name, Company Address, Point Of Contact, Telephone Number, And E-mail Address.
are You Under Naics Code 812910 Pet Care (except Veterinary) Services? If Not, What Naics Code Do You Use? What Size Business Are You Registered As With This Code?
is Your Organization Capable Of Providing The Technical Requirements Included In The Attached Draft Sow?
do You Have Any Concerns Or Questions Regarding The Requirements Set Forth In The Attached Draft Sow?
is Your Organization Capable Of Meeting The 25-mile Radius Requirement From The Calexico East And West Ports Of Entry?
can Your Facility Accommodate Between 36–43 Canines, With Capacity For Up To 7 Additional Canines In Emergencies?
does Your Organization Comply With The Animal Welfare Act (9 Cfr 3.1 And 3.11) And The National Canine Enforcement Handbook (hb 3200-07b)?
does Your Kennel Facility Meet The Specific Requirements For Flooring, Ventilation, Lighting, Fencing, And Video Surveillance As Described In The Sow?
responses
responses Shall Be The Minimum Length Necessary To Accommodate All Requested Information And Submitted Via E-mail Only. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfq, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam.gov Website. It Is The Responsibility Of Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement.
questions
questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer, Email Address Listed Below. Verbal Questions Will Not Be Accepted. Questions, If Not Answered Directly To The Respondee, Will Be Answered By Posting On The System For Award Management (https://sam.gov/) Website; Accordingly, Questions Shall Not Contain Proprietary, Sensitive, Or Classified Information.
instructions And Response Guidelines:
please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Rfi. Information Provided Will Be Used Solely By Cbp As Market Research. This Rfi Is For Information And Planning Purposes Only And Does Not Constitute A Request For
proposal (rfp), Invitation For Bid, Or Request For Quotation (rfq), And It Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Will The Government Pay For The Information Submitted In Response To This Request. All Information Contained In This Rfi Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government.
rfi Responses Shall Be Submitted Electronically Via Email To The Contract Specialist, Patao, Christopher At Christopher.patao@cbp.dhs.gov No Later Than 10:00 A.m. Pacific Daylight Time (pdt) On Monday, 6 January 2025.
telephone Responses Will Not Be Accepted. The Government Is Not Required To Respond To Any Information Provided In Response To This Rfi. It Is The Responsibility Of The Interested Parties To Monitor Https://sam.gov/ For Additional Information Pertaining To This Rfi.
Closing Date6 Jan 2025
Tender AmountRefer Documents
4631-4640 of 5374 archived Tenders