Survey Tenders

Survey Tenders

Survey Settlement And Land Records Department Tender

Services
Corrigendum : Corrigendum Added
India
Closing Date27 Feb 2025
Tender AmountINR 23.1 Million (USD 267.9 K)
Purchaser Name: Survey Settlement And Land Records Department | Providing Band Peons To Ddlr And Adlr Offices In Dharwad District

Survey Settlement And Land Records Department Tender

Services
India
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Survey Settlement And Land Records Department | Providing 23 Bandh Peons To Deputy Director Of Land Records Office, Kodagu District.

Soil Survey And Soil Conservation Department Tender

Works
Civil And Construction...+1Excavation
Eprocure
India
Closing Date1 Mar 2025
Tender AmountINR 354.6 K (USD 4 K)
Purchaser Name: Soil Survey And Soil Conservation Department | Swak Thippallissery Watershed In Nagalassery Gramapanchayath At Palakkad District

Soil Survey And Soil Conservation Department Tender

Works
Civil And Construction...+1Civil Works Others
Eprocure
India
Closing Date3 Mar 2025
Tender AmountINR 1.2 Million (USD 14.4 K)
Purchaser Name: Soil Survey And Soil Conservation Department | Concrete Shutter Checkdam And Lbcd At Badiadka In Kasaragod Block Under Rkvy Project (phase I) In Badiadka Grama Panchayath

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Not Be Notified Of The Results Of The Evaluation. the U.s. Army Corps Of Engineers – Galveston District Has Been Tasked To Solicit And Award A Construction Contract For The Texas City I Wall. The Proposed Project Will Result In A Firm-fixed Price Contract. The Government Intends To Issue A Solicitation; However, The Results And Analysis Of The Market Research Will Finalize The Determination Of Procurement Method. The Type Of Set-aside, If Any, Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), 8(a) Small Business Development Program, Historically Underutilized Business Zones (hub-zone), Service Disabled Veteran Owned Small Business (sdvosb), And Woman-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Business, Section 8(a), Hubzone, Wosb, And Sdvosb Businesses Are Highly Encouraged To Participate. should The Acquisition Be Set-aside For The 8(a) Program, 8(a) Firms Are Reminded They Need To Have A Bona Fide Office In The Geographical Area Of Consideration Where The Work Is To Be Performed As Determined By Sba. project Information: general Description: The Project Includes The Demolition Of Approximately 360 Linear Feet Of Existing Floodwall And Construction Of Approximately 360 Linear Feet Of New Floodwall. Demolition Also Includes Specified Features Such As Pavements, Existing Hesco Barrier And Storm Drain Infrastructure And Other Existing Features In Direct Conflict With Construction That Are Not Handled By The Non-federal Sponsor. The I-wall Will Be Replaced With A Concrete Inverted T-wall That Goes From Ground Elevation (approx. 9.5 Feet On Average) To Elevation 22.25 Feet, Consisting Of Approximately 12,800 Linear Feet Of Steel H-piles, Miscellaneous Earthwork, And Water-tight Door And Frame. The Project Will Not Include The Placement Of Temporary Flood Protection. The Work Area Is Within An Active Chemical Refinery And The Contractor Will Be Required To Provide Security Personnel To Meet Marsec Requirements. Additionally, Vibration Monitoring Will Be Required. All Work Activities Due To Loading And Unloading Along The Dock Must Be Coordinated By Contractor With Ineos.this Project Is Located In Galveston County, Texas City, Texas. completion Time: 9 Months. estimated Magnitude For This Effort Is Between $10,000,000 And 25,000,000. naics Code 237990, Other Heavy And Civil Engineering Construction. sb Size Standard Is $45.0m. psc Code: Y1kz Construction Of Other Conservation And Development Facilities bonding Requirements: The Contractor Will Be Required To Provide The Performance And Payment Bonds Within 3 Calendar Day After Award. The Contractor Shall Begin Work Within 10 Calendar Days After Acknowledgement Of The Notice To Proceed. questions Concerning This Sources Sought Should Be Emailed To The Contract Specialist, Ms. Carmen E Hopkins Carmen.e.hopkins@usace.army.mil. anticipated Solicitation Issuance Date Is On Or About April 2024, And The Estimated Proposal Due Date Will Be On Or About August 2024. The Official Synopsis Citing The Solicitation Number Will Be Issued On Beta.sam And Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis. However, All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual, (em 385 1-1, And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations). responses Are Limited To 10 Pages And The Following Information Is Requested: sam Unique Entity Id (uei) & Commercial And Government Entity (cage) (this Information Can Be Obtained From Your System For Award Management (sam) Registration At Www.sam.gov ). name Of Firm W/address, Phone, Fax, E-mail Address, And Point Of Contact. state If Your Company Is A Small Business, Sba Certified 8(a) Firm, Hubzone Small Business, Or Service-disabled Veteran-owned Small Business. Proof Of Small Business Administration (sba) Registration For 8(a), Hubzone Small Business And Woman-owned Small Business Shall Be Provided As Part Of Your Documentation. firm's Bonding Capability (bonding Level Per Contract And Aggregate Bonding Level, Both Expressed In Dollars, Via Letter From The Bonding Company). indicate Whether Your Firm Will Submit A Bid For This Project If Set-aside For Small Business, 8(a), Hubzone Small Business, Service Disabled Veteran-owned Small Business Or Woman-owned Small Business. provide Information On The Most Recent Up To Five Projects That Demonstrate Experience As A Prime Contractor Of Your Firm's Capability To Perform A Contract Of This Magnitude And Complexity. Incorporate A Brief Description Of The Project, Contract Number, Customer's Name And Phone Number, Timeline Of Performance, Customer Satisfaction And Dollar Value Of The Project. firm's Joint Venture Information If Applicable - Existing And Potential. firms Responding To This Sources Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. this Announcement And All Information Will Be Issued Via The Government Point Of Entry, Procurement Integrated Enterprise Environment And Offerors Must Be Active In Sam To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Include Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. Award Cannot Be Issues For Non-compliance Until Sam Registration Is Complete, Otherwise Offerors Will Not Be Eligible For Award. the Supplier Performance Risk System (sprs) Is The Department Of Defense, Single, Authorized Application To Retrieve Supplier Performance Information. Sprs Is A Web-enabled Enterprise Application That Gathers, Processes, And Displays Data About The Performance Of Suppliers And Must Be Completed Prior To An Award In Accordance With Dfars 204.7303(b)(1), Dfars 204.7304(e), Dfars 252.204-7020, Dodi 5000.79. Review Nist Sp 800-171 For Further Information. if You Can Meet All Of The Requirements For This Project, Please Respond To This Sources Sought Announcement No Later Than The Response Date And Time Indicated In This Announcement. interested Firms Should Submit Responses Via Email To Carmen E Hopkins Carmen.e.hopkins@usace.army.mil By 9 January 2025 At 1600 Cst. All Interested Firms Must Be Registered In Beta.sam.gov To Be Eligible For Award Of Government Contracts.

DEPT OF THE NAVY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only To Identify Potential Offerors For The Design Bid Build Construction Project, B783 (p620) Engine Test Cell Facility, Naval Air Station(nas), Jacksonville, Florida. this Is Not A Request For Proposals Or An Invitation For Bid. 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 Currently Available. In Order To Protect The Procurement Integrity Of Any Future Procurement 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 Purpose Of This Notice Is To Gain Knowledge Of Qualified And Interested Parties In Any Of The Following Categories: Small Business, U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hubzone, Woman-owned Small Business (wosb), Veteran-owned Small Business (vosb), And Service Disabled Veteran-owned Small Business (sdvosb). Potential Sources Should Have Current Relevant Qualifications, Experience, Personnel And Capability To Perform This Proposed Project. The Type Of Solicitation To Be Issued Will Depend Upon Responses To This Sources Sought Notice. The Government Will Use The Sources Sought Responses Along With Other Market Research To Make Various Determinations Regarding The Procurement. project Description: this Project Is A Design Bid Build Reconstruction Of An Existing Two Bay Engine Test Cell Facility At Nas Jacksonville. The Existing Facility, B873, Will Be Upgraded And Expanded To Accommodate Testing Of The Joint Strike Fighter (jsf) Engine And Legacy Jet Engines. Reconstruction Will Include Aircraft Jet Engine Propulsion Facility Renovation Of Approximately 25,000sf Of The Existing Facility, Expansion Approximately 16,000sf And Construction Of Two New Augmenters Totaling Approximately 6,000sf. Work Will Include But Is Not Limited To, Traditional Construction Elements Such As Concrete, Structural Steel, Roofing, Etc. And Demolition Of Exterior Envelope And Interior Construction. Additionally Work Will Include Specialized Acoustical Attenuation, Multiple Crane Hoists On New Customized Rail System To Include Switches, Procurement Of Equipment Such As A Thrustbed And Specialized Test Cell Support Equipment, Data Acquisition And Control System (dacs) And Facility Control And Monitoring System (fcms), Installation Network Infrastructure, Fuel Farm Expansion, Furniture, Fixture And Equipment (ff&e), Electronic Security Systems (ess) Infrastructure And Construction Support During Engine Correlation. Coordination With Engine Manufacturers Will Be Required. The Estimated Period Of Performance Is 871 Calendar Days. any Resultant Contract Will Be Firm-fixed Price. The North American Industry Classification System (naics) Code Is 236220 – Commercial And Institutional Building Construction With The Annual Size Standard Of $45.0 Million. Project Magnitude Is More Than $100,000,000. There Some Portions Of This Project Will Be Controlled Unclassified Information (cui), Therefore Recipients Of The Subject Documents Shall Be U.s. Citizen-owned Companies And Be U.s. Citizens. All Subject Documents Shall Be Maintained/stored/positive Control Iaw Cui Guidelines. Under The Far Guidelines, The Prime Contractor Must Have The Capability To Perform At Least 20 Percent Of The Contract Work With Its Own Employees. The Anticipated Award Date Is May 2026. industry Will Be Notified Of The Results Of This Evaluation And Set-aside Determination Via The Pre-solicitation/synopsis Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement. Capability Statements Consisting Of Appropriate Documentation Will Be Accepted, Providing It Contains All The Information Required Below (items 1-6). Complete Submission Package Shall Not Exceed 24 Pages. The Information Which Must Be Contained In Your Response Is As Follows: 1) Contractor Information: Name And Address Of Company, Point Of Contact With Phone Number And Email Address. 2) Type Of Business: Identify The Company’s Business Size And Socio-economic Status (hubzone, 8(a), Sdvosb, Wosb, Etc.) For Naics Code 236220 Applicable To This Sources Sought. If Your Firm Is Claiming Hubzone Or 8(a) Status, Provide A Copy Of Your Sba Certification. 3) Bond Capacity: Information Must Include Surety’s Name, Point Of Contact, Telephone Number, Email Address, And The Bonding Capacity Of At Least $130 Million Per Project, And The Maximum Aggregate Bonding. 4) System For Award Management (sam): Evidence Of Registration In The Sam, Including Cage Code And Unique Entity Identifier (formerly Duns Number). 5) Interest: Indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: _____ Yes ______no. 6) Experience Submission Requirements: responders Shall Submit A Minimum Of Two (2) And A Maximum Of Three (3) Projects Including Contract Numbers, Project Titles, Dollar Amounts, Project Completion Date, Performance Ratings, And Evidence Of Specific Capabilities Listed Below: demonstrate Prime Contractor Experience Constructing And/or Renovating A Jet Engine Propulsion Facilities That Was Self-performed; Must Have Been Completed And Accredited/certified Within The Last Ten Years, Have A Value Of Approximately $50,000,000 Or Greater; And Be Similar In Size, Scope And Complexity To The Proposed Nas Jacksonville Engine Test Cell Facility. provide A Brief Description Including Completion Date And Final Contract Value. If They Are Not Approximately Equal To The Requested Dollar Value, Identify The Dollar Value And Explain In No More Than One Paragraph Why We Should Consider The Project. a. Submissions Shall Contain The Following Items Below (1-6) For Each Project Submitted For Consideration. 1. Include Contract Number, If Applicable 2. Indicate Whether Prime Contractor Or Subcontractor 3. Contract Value 4. Completion Date 5. Government/agency Point Of Contact And Current Telephone Number. 6. Project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size And Scope To The Project Description In This Announcement; And, How The Contract Referenced Relates To The Project Description Herein. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. After Completing Its Analysis, The Government Will Determine Whether To Limit Competition Among 8(a), Hubzone, Sdvosb, Vosb, Wosb And/or Small Business Firms Or To Proceed With Issuing An Unrestricted Solicitation, Inviting Full And Open Competition. interested Parties Should Respond No Later Than February 21 2025, 2:00 Pm Eastern Time Via Email To Cynthia.a.mcmonigle.civ@us.navy.mil And Lindsay.e.betteridge.civ@us.navy.mil. The Subject Line Of The Email Shall Read: B873 (p620) Engine Test Cell Facility At Naval Air Station Jacksonville, Fl. Emails Shall Be No More Than 8 Mb In Size. Responses That Do Not Meet All Requirements Or Are Not Submitted Within The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Real Estate Service
United States
Closing Date1 Mar 2025
Tender AmountRefer Documents 
Details: The Honolulu District, U.s. Army Corps Of Engineers (usace) Is Soliciting Lease Proposals For 1,400 To 2,100 Of Gross Rentable Square Feet Of Commercial Retail Storefront Space In Saipan For Armed Forces Recruiting Office Purposes. The U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space Under A Lease, In The City And State Specified Above. The Lessor Shall Provide Adequate/assigned Parking For Approximately Three (3) Government Vehicles Both During The Day And Overnight. The Lease Term Is Five (5) Years With Government Termination Rights, And Will Be A Full-service Lease (to Include All Utilities And Janitorial Services). delineated Area: the Government Requests Space In Sapan In An Area Bounded As Follows: the Entire Island Of Saipan buildings That Have Frontage On The Boundary Streets Are Deemed To Be Within The Delineated Area. if Awarded To A New Location, This Office Would Be Relocated Immediately Upon Completion Of Construction Of Retail Space To Accommodate All Requirements Pertaining To The Construction Specifications For Production Offices With The Lease Start Date Commencing Upon Acceptance Of Space By The Government (see Attached Construction Specifications). space Minimum Requirements Include: 1. 24-hour Unrestricted Access To Leased Space; 2. Availability Of All Communications Infrastructure For To Include Dsl, T1 Or A Satellite Dish; 3. Direct Access To Secondary Exterior Exit Door From Lease Space; Common Area Exterior Exit Door If Shared With Other Military Services; Or Exterior Exit Door Can, And Will Be Installed Prior To Occupying The Facility; And 4. 24-hour Lighted Parking For Up To Three (3) Government Vehicles And Adequate Parking For Privately Owned Vehicles Onsite Or Within A 4 Block Radius Of The Premises. electronic Offer Submission: offers Must Be Submitted Electronically Via Email To: Amy.capwell@usace.army.mil offers Are Due On Or Before: March 1, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Requirements For Consideration Of Award Will Entail A Complete Package That Consists Of The Following Criteria At A Minimum (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.): initialed Acceptance And Use Of Government Lease Indicating That You Understand The Government’s Terms And Requirements. (exhibit A Recruiting Form L100) 2. Initialed Acceptance And Use Of Government General Clauses Form 3517b Indicating That You Understand The Government’s Terms And Requirements. (exhibit B Form 3517b General Clauses) 3. Competitive Rates Of Base Cost Per Square Feet For Annual Rent And A Breakout Of Operating Expenses, Real Estate Taxes, And Janitorial Service Costs And Utilities. (completed Exhibit C Proposal To Lease). 4. All Costs And Materials Affiliated To Meet The Requirements Of The Construction Specifications Including All Safety And Security Enhancements Will Be Considered Tenant Improvements With No Reimbursement From The Government Upon Completion Of The Construction Or Through Amortization Within The Lease (completed Exhibit F Construction Bid Worksheet). do Not Attempt To Complete The Lease Form (usace Recruiting Lease Form L100). Neither The Rlp Nor Any Other Part Of An Offeror’s Proposal Shall Be Part Of The Lease Except To The Extent Expressly Incorporated Therein. Please Review All The Documents Thoroughly So That You Have A Complete Understanding Of The Government’s Requirements. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Lowest Overall Cost And Technical Requirements Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. one Item Of Note In The General Clauses, Gsa Form 3517b Document Is The Requirement To Register In The System For Award Management At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed Before Lease Award. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. Effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. Vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (formerly Duns Number). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. To Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov). funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: Overhaul a 1-year (one-year Basic And No Options) Firm Fixed Price Requirements Type Contract Is Contemplated. note: It Is Anticipated That Pricing Of This Action Will Be Based On Adequate Price Competition; Therefore, Offerors Are Not Required To Submit Certified Cost Or Pricing Data At The Time Of Proposal. However, If After Receipt Of Proposals, It Is Determined That Adequate Price Competition Does Not Exist, A Request For Other Than Certified Cost Or Pricing Data May Be Required In Accordance With Far 15.401-1(b)(1). If Cost Still Cannot Be Determined Fair And Reasonable, Then Certified Cost And Pricing Data Will Be Required In Accordance With Dfars 252.215-7008. (a) A Pre-award Survey And/or Initial Production Evaluation (ipe) Is Required. Details Are Provided In Appendix A, Paragraphs 1.2 And 1.3 Respectively. (b) The Contractor Shall Furnish All Material, Plant Facilities, Labor, Parts, Equipment, And Expertise Necessary To Perform The Overhaul, Calibration And Functional Test Required To Restore Government Furnished Reparables To A Like-new Condition. The Contractor Shall Also Accomplish Necessary Packing And Preservation And Packaging And Return To The Government In Completely Serviceable Condition, At The Unit Price(s) Established At The Time Of Award, The Items Of Air Force Equipment Listed Below, All In Accordance With The Provision Hereof And The Work Specification In Section J Hereof. All Work Shall Be Completed In Accordance With The Requirements Specified Herein (including Attachments Hereto) And All Costs Associated With Work Specifications, Technical Orders, And/or Cost Associated With Over And Above Request (excluding Missing Parts) Shall Be Included In The Unit Price. The Government Shall Only Pay The Contractor For Missing Components Or As Specified In The Pws/sow After Review And Approval Of O&a Requests. No Additional Cost Will Be Allowed (i.e. Material Handling, Profit, Direct Or Indirect Costs). (c) Overhaul Is The Restoration Of An Item To A Completely Serviceable Condition As Prescribed By Maitenance Serviceability Standards. (d) In Order To Receive Any Technical Data Related To This Acquisition, Offerors Must Send An Email Request To Dessie Breslin At Dessie.breslin@us.af.mil Or David O'rourke At David.orourke@us.af.mil. Release Of Any Data Is Subject To Applicable Data Rights. The Request Shall Include The Applicable Solicitation Number, The Specific Data Needed (including To(s)), And A Copy Of The Current, Approved Dd Form 2345. The Form, Including Instructions For Completing The Form, Is Available At: Http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The Government Is Not Responsible For Incomplete, Misdirected, Or Untimely Requests.** (e) Government Property Furnished For Overhaul (far 16.503(c)) failure Of The Government To Furnish Such Items In The Amounts Or Quantities Described In The Schedule As “estimated” Or “maximum” Will Not Entitle The Contractor To Any Equitable Adjustment In Price Under The Government Property Clause Of The Contract. (f) End Items Beyond Overhaul "reparable End Items" Are Defined As End Items Which Can Be Restored To A Serviceable Condition, In Accordance With Applicable Requirements. Some Units Of Items Listed In Section B May, Upon Disassembly And/or Inspection, Be Determined To Be Beyond The Overhaul Limits Specified In The Work Specification And/or Technical Orders. Any Cost For Work Performed By The Contractor Prior To Determination That Such Equipment Is Beyond These Limits, Shall Be Included In The Unit Price(s) Of The Listed Item(s). if The Contractor Estimates That Any Item Is Not Reparable (i.e. Beyond Overhaul), The Contractor Shall Promptly Notify The Contracting Officer In Writing And Shall Not Perform Further Overhaul On Any Such Items Except At The Direction Of The Contracting Officer (pco). Upon Written Confirmation From The Pco That A Particular Item Is Not Reparable, The Contractor Shall Abide By The Disposition Instructions Of The Asset In The Manner Directed By The Pco. (g) Condemned Units Shall Not Be Counted As Production. (h) In The Event There Are Component Part(s) With Long Lead Times, The Awardee Is Responsible For Securing Necessary Parts To Meet The Government’s Required Delivery Schedule. (i) In The Event That Dfars Clause 252.217-7001, Surge Option, Is Invoked, Quantities And Prices Will Be Negotiated At That Time. The Fill-in Data In Clause 252.217-7001 Will Be Tbd Until A Surge Is Known And Negotiations Are Necessary. (j) Item Unique Identification (iuid) Marking Is Required In Accordance With Dfars 252.211-7003. Contractor Determined Location And Method Of Marking Is Acceptable. (k) The Service Contract And Labor Standards (scls) Formerly Service Contract Act (sca) Is Applicable To This Effort. (l) In Accordance With The Service Contract Reporting In The System For Award Management Guidebook, The Total Contract Value Is Not Expected To Exceed $3m Thus Manpower Reporting Is Not Applicable. (m) Qualification Requirements Apply. Interested Vendors That Have Not Been Previously Qualified For This Acquisition Must Submit A Source Approval Request (sar) Package To The Source Development, Small Business Office @ 405-739-7243. sar Submittals Need To Be Sent To: https://www.tinker.af.mil/home/429scms-saspo/ <https://www.tinker.af.mil/home/429scms-saspo/> source Development Specialist Email: Stacy.cochran@us.af.mil <mailto:stacy.cochran@us.af.mil> as Prescribed In Far 9.202(e), The Contracting Officer Need Not Delay A Proposed Award In Order To Provide A Potential Offeror With An Opportunity To Demonstrate Its Ability To Meet The Standards Specified For Qualification. (n) Dates Listed In Clauses 252.216‐7006 And 52.216‐21 Are Based On The Estimated Award Date. These Dates Will Be Revised Prior To Award Based On The Actual Award Date. (o) In Accordance With The Attached Cav Af Reporting Requirements (see The Document Listed In Section J), The Contractor Must include A Dd1348-1when Assets Are Shipped. Dcma Quality Assurance Representatives (qars) Will Not Approve Or Sign The dd1348-1 But Will Ensure Dd1348-1 Is Included With Each Returned Asset. If A Dd1348-1 Is Not Included With Each Returned asset, Dcma Will Not Sign The Dd250. (p) In Accordance With Daffars 5309.105-1 The Supplier Performance Risk System (sprs) Is Checked For Supplier Risk assessments When Determining Responsibility. Dfars 252.204.7303(b) States That The Contracting Officer Shall Verify That The summary Level Score Of A Current Nist Sp 800-171 Dod Assessment (i.e., Not More Than 3 Years Old, Unless A Lesser Time Is specified In The Solicitation) For Each Covered Contractor Information System That Is Relevant To An Offer, Contract, Task Order, Or delivery Order Are Posted In Supplier Performance Risk System (sprs). Offerors Are Required To Represent They Will Implement national Institute Of Standards And Technology (nist) Special Publication (sp) 800-171 (reference The Provision Dfars 252.204-7008). A Score Of 110 Must Be In Sprs, If Assessment Score Is Less Than 110 A Contractor Must Submit A Plan With Their proposal To Become Compliant.

National Academy Of Science And Technology Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 780 K (USD 13.3 K)
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Ten (10) Months Subscription Of Cloud Computing, Collaboration, And Productivity Tools And Software Specifications: Types Of Subscription: Business Standard Number Of Users: Eighty (80) Custom Email With Domain Name (nast.dost.gov.ph) Cloud Based Collaboration And Productivity Tools And Software The Collaboration And Productivity Tools And Software Includes: 1) Web-based Email Service 2) File Storage And Synchronization Service (up To 2tb Disk Space) 3) Video Conferencing Application 4) Online Calendar 5) Survey Application 6) Productivity Applications 7) Communication Software Other Requirements:  Twenty-four/seven (24/7) Technical Support (initial Setup, Licensing, Basic Administration)  Provide Services For The Data Migration And Renewal Of Existing Account (customer Account Id Will Be Provided)  Technical Training: 2 It Admin Only  Provision Of Additional Users  Supplier Must Be Authorized Supplier/reseller  Billing Cycle: One-time Payment Upon Delivery And Activation  Activation Date: February 19, 2025 Abc: Php780,063.36 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City   The Deadline For Submission Of Quotation Is On January 20, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00.   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A Base Plus Four Option Year Contract To Supply Biorad Controls Needed For Quality Control Testing For A Wide Range Of Blood Analytes For The James E. Van Zandt Va Medical Center-2907 Pleasant Valley, Blvd, Altoona, Pa 16602. this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Statement Of Work. the North American Industry Classification System Code (naics) Is 334516 Medical Laboratories, And The Small Business Size Standard Is 1000 Employees For This Type Of Effort. vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov). capability Statement And Documentation: companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information: 1. Company Information: Company Name Company Address Company Uei Sam Company Naics Code(s) Point Of Contact Name Point Of Contact Phone Number Point Of Contact Email Address Company Website (if Available) 2. The North American Industry Classification System Code (naics) Is 339113 Medical Laboratories, And The Small Business Size Standard Is 800. based On This Information, Please Indicate Whether Your Company Is A: service-disabled Veteran Owned Small Business (sdvosb) veteran Owned Small Business (vosb) 8(a) hub Zone Small Business women Owned Small Business small Disadvantaged Business (sdb) small Business Concern large Business 3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Sow). 4. Government Contracts For These Services In The Last 3 Years. Include: government Agency contract Number dollar Value period Of Performance government Point Of Contact Information (name, Email, Phone Number) information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Friday, 01/17/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov. statement Of Work For Biorad Controls: biorad Controls Are Needed For Quality Control Testing For A Wide Range Of Blood Analytes. These Analytes Are Used To Aid Practitioners In The Diagnosis Of Disease. The Quality Control Material Is Used On Our Abbott Alinity Blood Analyzers That Measure These Analytes And Were Set Up By Abbott Upon Initial Installation Of The Analyzers, Passing All Performance Validation Measures. The Biorad Controls Have Specific, Known Levels Of All These Analytes. When These Controls Are Tested On The Analyzer, We Can Determine If The Analyzer Is Functioning Properly And As A Result If The Analyzer Will Test Patient Blood Levels Accurately. Without Proper Verification Of Analyzer Functioning Using This Quality Control Material, We Cannot Proceed With Patient Blood Testing. Biorad Quality Controls Are Compatible With Our Current Test Methods On Our Abbott Alinity Analyzers. Our Laboratory Is Currently Set Up With Bio-rad S Online Quality Control Peer Review Program, Which Allows Us To Compare Our Quality Control Results With Those Of Other Laboratories. Verifying Proper Functioning Of Our Blood Analyzer With The Biorad Controls And Comparing With Other Laboratories On Bio-rad S Peer Review Program, Which Allows The Lab To Accurately Test Patient Blood Samples And Aid Practitioner S Diagnoses. Without It, Patient Testing Cannot Proceed. All Materials Received In One Shipment Must Be Of Same Lot And With The Longest Expiration Date Possible. We Also Need To Have Materials That Have An Expiration Date Of Longer Than One Year To Be Sequestered, As To Limit The Amount Of Lot-to-lot Comparison That Will Need To Be Completed Between Each Lot. This Can Be Time Consuming And Wasteful. special Instructions And Delivery Schedule Needed For Biorad Controls For Optimal Continuity Of Patient Care: item #697 Biorad Liquid Unassayed Multiqual Level 1 quantity =14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #698 Biorad Liquid Unassayed Multiqual Level 2 quantity = 14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #699 Biorad Liquid Unassayed Multiqual Level 3 quantity = 14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #360 Biorad Liquichek Ia Plus, Trilevel   quantity = 42 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #544 Biorad Liquichek Ethanol/ammonia Level 1 Quantity = 16 Ship Ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #545 Biorad Liquichek Ethanol/ammonia Level 2 Quantity = 16 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #546 Biorad Liquichek Ethanol/ammonia Level 3 Quantity = 16 Ship All Same Lot #, Longest Expiration Date Of At Least Year item #397 Biorad Liquichek Urine Level 1 quantity = 6 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #398 Biorad Liquichek Urine Level 2 quantity = 6 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #146 Biorad Liquichek Cardiac Markers Plus Level 1 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #147 Biorad Liquichek Cardiac Markers Plus Level 2 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #148 Biorad Liquichek Cardiac Markers Plus Level 3 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year
8341-8350 of 8602 archived Tenders