Survey Tenders
Survey Tenders
Geological Survey Of India - GSI Tender
Scraps
MSTC
India
Closing Date25 Feb 2025
Tender AmountRefer Documents
Purchaser Name: Geological Survey Of India | Auction Sale Of Lot No : 51 Lot Name : Toyota Qualis Rj14/u-1157 , Lot No : 52 Lot Name : Mahindra And Mahindra Jeep Rj14/4c-3779 , Lot No : 53 Lot Name : Mahindra And Mahindra Jeep Gj18/g-0241 ,
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
Philippine International Convention Center Tender
Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 90 K (USD 1.5 K)
Details: Description Request For Quotation Date: ______________ Rfq No. 2024-up-48 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Through Its Bids And Awards Committee, Intends To Procure Supply And Installation Of Cctv Cables At The New Cashiers Booth (fiber Structured Cabling), With An Approved Budget For Contract (abc) Of Ninety Thousand Pesos (₱90,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of ________________. A Copy Of The Following Are Required To Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2024-up-48 Terms Of Reference I. Project Title: Supply And Installation Of Cctv Cables At The New Cashiers Booth (fiber Structured Cabling). Ii. Approved Budget For Contract (abc): Ninety Thousand Pesos (₱ 90,000.00), Vat Inclusive. Iii. Description Of The Project: The Project Involves The Installation Of Cctv Cabling At The Newly Constructed Cashiers Booth To Enhance Security And Monitoring Capabilities. This Will Ensure A Safe Environment For Both Staff And Customers. Iv. Scope Of Works/services: • Site Survey: O Conduct A Comprehensive Assessment Of The New Cashiers Booth And Surrounding Areas. • Cable Installation/services: O Install Cables Securely Along Predetermined Paths, Utilizing Cable Trays Or Conduits As Needed. O Installation Of 1 Fiber Optics Backbone (4 Core) From Treasury Office To New Cashier Booth Idf. O Installation Of Data Rack, Connector. Patch Panel And Consumables O Labor And Mobilization. • Connection Set-up: O Connect Cables To Cctv Cameras And The Monitoring System. O Verify That All Connections Are Secure And Properly Terminated. • System Testing: O Conduct Thorough Testing Of All Installed Cameras And Connections. O Verify Video Quality, Clarity And Coverage Area. • Installation Report: O Provide Detailed Documentation, Including Cable Layouts And Camera Locations. V. Company Background And Experience: • Must Have At Least Eight (8) Years Track Record In The Installation And Implementation Of Network Fiber Optics, Cat6 Cable With Cctv Configuration And Management. • Must Have Three (3) Certified Product Engineer Personnel Of The Company. • Must Have At Least One (1) Certified Fiber And Copper Technician. Vi. Schedule Of Requirements: • Contractor Shall Complete The Project Within Twenty (20) Calendar Days. Vii. Terms Of Payment: • Full Payment Shall Be Processed Twenty (20) Working Days From The Receipt Of Invoice, Subject To The Usual Accounting And Auditing Rules And Regulations Of The Picc. • The Contractor Must Submit The Following Prior To The Processing Of The Payment. • Sales Invoice • As Built Plan • Photos Of The Completed Project Viii. Waranty And Support: • The Warranty Period Is One (1) Year After Acceptance By The Picc Authorized Representative Of The Project. Ix. General Conditions Of The Contract 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. no Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation. In Order To Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. the Naval Facilities Engineering Systems Command Southeast (navfac Se) Is Seeking Qualified And Interested Parties In Any Of The Following Categories: Service Disabled Veteran-owned Small Business (sdvosb), And/or Small Business (sb) Sources, U.s. Small Business Administration Certified 8(a) Program Participants, Hubzone Small Business (hubzone), And Women Owned Small Business (wosb), With Current Relevant Qualifications, Experience, Personnel, And Capability To Perform. the Work Will Be Performed In The Area Of Operations (ao) For Navfac Se, Which Includes, But Is Not Limited To, The States Of Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee, And Texas.projects Are Planned To Be Issued As Task Orders Under Multiple Award Construction Contracts (maccs).the Work To Be Performed Consists Of, But Is Not Limited To: New Construction, Renovation, Alteration, Demolition, And Repairs Of Electrical Power Generation Plants, Electrical Transmission Systems, Electrical Distribution Systems, Outdoor Lighting, Airfield Lighting, Secondary Electrical Components, And Other Electrical Utilities Efforts, Including Storm Recovery For The Area Of Responsibility Managed By Navfac Se. projects Will Require Either Single Discipline Or Multi-discipline Design Services Or May Include 100% Construction Performance Specifications. Projects May Be Based On Design-build Or Full Plans And Specifications Format And May Also Require Comprehensive Interior Design And Incorporation Of Sustainable Features. contracts Will Be For One (1) Five-year Ordering Period. The Aggregate Value Of All Contracts Awarded From Any Resultant Solicitation Is Anticipated To Be $249,000,000 ($249m) Over The Five-year Period Over The Five-year Period. A Per-contract Maximum Will Not Be Identified. Task Orders Will Be Firm-fixed-price And Will Range From $500,000 To $30,000,000. Task Orders Under Or Over These Amounts May Be Considered If Deemed To Be In The Government’s Best Interest And Approved By The Navfac Chief Of The Contracting Office. Macc Contractors May Be Asked To Respond To Multiple Requests For Proposals (rfps) In A Short Timeframe (e.g., Four (4) Or Five (5) Rfps Issued Within A 30-day Period). if The Solicitation Is Issued As A Small Business Set-aside, Then In Accordance With Federal Acquisition Regulations (far) 52.219-14, Limitations Of Subcontracting, For General Construction, The Prime Contractor May Not Pay More Than (85%) Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Material, To Subcontractors That Are Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85% Subcontract Amount That Cannot Be Exceeded. the North American Industry Classification System (naics) Code Is 238210 – Electrical Contractors & Other Wiring, With A Small Business Size Standard Of $19,000,000 ($19m). contractor Information: Provide Your Firm’s Contact Information, To Include Its System For Awardmanagement (sam) Unique Entity Identifier And Cage Code Numbers. indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: Yes No. type Of Business: U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov. bond Capacity: Provide Your Firm’s Surety’s Name, Your Firm’s Maximum Bonding Capacity Per Individual Project And Aggregate Bonding Capacity. experience Submission Requirements: Submit A Minimum Of Three (3) Design-build Or Design-bid-build Projects That Demonstrate Multi-discipline, Architectural, Engineering, Construction Experience As The Prime Contractor In Performing Efforts Of A Similar Size, Scope And Complexity To The Project Description Above (construction, Renovation, Alteration, Demolition And Repair Work, Including The Necessary Design); And Completed Within The Last Seven (7) Years With A Completed Value Of $500,000 Or Greater. submissions Shall Contain The Following Items (1-7) For Each Project Submitted For Consideration: include Contract Number, If Applicable. indicate Whether Prime Contractor Or Subcontractor. contract Value. completion Date. government/agency Point Of Contact And Current Telephone Number. project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size, Scope And Complexity To The Project Description In This Announcement; And How The Contract Referenced Relates To The Project Description Herein. identify Whether Your Firm Used In-house Design Capacity Or Used An Architect/engineer (a/e) Firm To Provide Design Services. Indicate Whether Your Firm Has An Established Working Relationship With The Design Firm, If Applicable. capability Statements Consisting Of Appropriate Documentation, Literature, Brochures Will Be Accepted Providing It Contains All The Information Required Above (items 1-5). Complete Submission Package Shall Not Exceed 10 Pages.please Respond To This Announcement By 3:00pm Eastern Time On 23 January 2025 Via Email To Darrien.a.thomas.civ@us.navy.mil And A Copy To Matthew.j.abbott5.civ@us.navy.mil. The Subject Line Of The Email Shall State: Electrical Utilities Macc Sources Sought Response. Responses That Do Not Meet All Requirements Or Are Not Submitted With The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation. Navfac Se Will Utilize The Information For Technical And Acquisition Planning. All Proprietary Information Not To Be Disseminated Outside The Government Must Be Clearly Marked And Identified. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Participants.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date20 Feb 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 Hologic Flt-100 Fluent System And Service Care Service Agreement To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1507748-pimc. requirement: Mfg: Hologic 1. 1-ea, Flt-100, Fluent System
2. 5-years, Flt-200, Surecare Service Agreement delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016 the Applicable Naics Code To This Procurement Is 339112 – Surgical And Medical Instrument Manufacturing And Size Standard 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 February 20, 2025 4:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference: Ihs1507748-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 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.
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
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.)
7311-7320 of 7629 archived Tenders