Transportation Tenders
Transportation Tenders
DEFENSE HEALTH AGENCY DHA USA Tender
Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought (ht005019f0002): Defense Health Agency (dha) – Acquisition Support Services (aqss) the Dha Is Issuing This Sources Sought As A Means Of Conducting Market Research To Identify Resources And Capability To Provide Contract Support Services For The Dha. this Is A Sources Sought Only. It Is Not A Request For Proposal, A Request For Quotation, An Invitation For Bids, A Solicitation, Or An Indication That Dha Will Contract For These Services Contained In This Sources Sought. This Sources Sought Is Part Of A Government Market Research Effort To Determine The Scope Of Industry Capabilities And Interest And Will Be Treated As Information Only. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses To This Sources Sought Are Strictly Voluntary And The Government Will Not Pay Respondents For Information Provided In Response To This Sources Sought. Responses To This Sources Sought Will Not Be Returned And Respondents Will Not Be Notified Of The Result Of The Review. If A Solicitation Is Issued, It Will Be Posted On Sam.gov At A Later Date And All Interested Parties Must Respond To That Solicitation Announcement Separately From Any Response To This Announcement. This Sources Sought Does Not Restrict The Government’s Acquisition Approach On A Future Solicitation. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals (rfp). Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Information, Or Costs Incurred. All Costs Associated With Responding To This Notice Will Be Solely At The Interested Party’s Expense. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. description: The Government Is Contemplating Extending The Current Task Order Against A Gsa Schedule Contract To Perform In Accordance With The Existing Performance Work Statement (pws). Aqss Provides Deputy Assistant Director For Acquisition (dad-a)(j-4), Dha And Its Two Major Functions Comprised Of The Component Acquisition Executive (cae) And Head Of The Contracting Activity (hca) That Include Program Management Office, Career Management, Acquisition, Planning Support Office, Systems Engineering, Agreements, Manager's Internal Control Program, Acquisition Policy, Test And Evaluation, Cost Estimating, Data Analytics And Metrics, Business Process Improvement, Business Operations Division, Procurement Policy, Acquisition Systems, Government Purchase Card, Quality Management, And Administrative Support Services Within The Dha. The Contractor Will Provide Qualified Personnel, Transportation, And Services To Complete The Tasks As Outlined Within The Pws. instruction For Submission Of Response: Full Performance Is To Begin On 15 February 2025, And We Anticipate It Will Have A Base Period Of Performance Of 6 Months With No Options. The Government Anticipates This To Be A Short-term Extension So That Services Can Be Maintained Until The Follow-on Contract Can Be Awarded. This Requirement Has Been Solicited Under Ht001524r0010. The Due Date For Proposals Was 19 September 2024. The Government Is Currently Evaluating Offers And Expects Award In Response To Ht001524r0010 In The First Half Of 2025. The Period Of Performance For Any Work In Response To This Sources Sought Will Be Only Until Performance Begins Under The Award Made In Response To Solicitation Ht001524r0010. submit Questions To This Sources Sought By 3 January 2024 At 10:00 Am Central Time. All Responses And Any Questions Under This Sources Sought Must Be Emailed To Ms. Pam Bryerton, E-mail: Pamela.j.bryerton.civ@health.mil And Stephani Preusser, Email: Stephani.n.preusser.civ@health.mil. the Subject Line Of The Email Must Read “(type Here Business Name) – Response To Sources Sought Ht005019f0002 note: In Accordance With Far 10.001(b), Potential Sources Are Not To Submit More Than The Minimum Information Necessary. In Accordance With Far 15.201, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Any Potential Set-aside For This Requirement Will Be Based On The Responses To This Sources Sought And Additional Market Research. Maximum Participation By Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small, Disadvantaged Business, And Women-owned Small Business Concerns Is Encouraged. At This Time, The Dha Does Not Guarantee Any Future Contracts; And Responses To This Sources Sought Do Not Bind Dha To Any Agreement With The Responder, Be It Explicit Or Implied. no Solicitation Or Marketing Materials Shall Be Submitted. Any Response Submitted For This Sources Sought Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Associated Support Contractors Who Are Regulated. No Information Will Be Disclosed Outside Dha. Dha Will Not Provide Feedback To Any Information Submitted. submissions To This Sources Sought Is Deemed To Be Dha Property Which Shall Not Be Returned To Sender. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: Synopsis aviator Breathing Oxygen (abo) & Liquid Nitrogen (ln2) solicitation: Spe601-25-r-03xx document Type: Pre-soliciation Notice office Address: defense Logistics Agency Energy aerospace Business Unit (dla Energy-fem) attn: Carrie Harmon 1525 Wurtsmith Street, Bldg 5730 san Antonio, Texas 78226 classification Code: 68-chemicals And Chemical Products naics Code: 325123 fsc Code: 6830 poc: Carrie Harmon, Contract Specialist, Email: Carrie.harmon@dla.mil jessica Negron, Contracting Officer, Email: Jessica.negron@dla.mil introduction: this Pre-solicitation Notice Issued By The Defense Logistics Agency (dla) Energy-fem- San Antonio, Texas. This Is Not A Solicitation For Proposal. No Awards Will Be Made From The Responses To This Announcement. scope Of Requirements: the Defense Logistics Agency Energy (dla Energy), As The Department Of Defense (dod) Integrated Material Manager (imm) For Aerospace Energy Products And Related Services, Requires Delivery Of The Following: product(s): aviator Breathing Oxygen, Abo (nsn 6830-01-644-2463), Type Ii, Shall Meet The Requirements Of The Most Current Version Of Mil-prf-27210j. liquid Nitrogen (ln2), Type Ii, Nsn 6830-01-644-2557, Shall Meet The Requirements Of The Most Current Version Of Commercial Item Description (cid) A-a-59503. related Non-recurring Services: tank Usage Fee (ea) – Se0000171 installation Of Equipment (ea) – Se0000175 removal Of Equipment (ea) – Se0000175 expedited/emergency Delivery (ea) – Se0000177 detention Fee (ea) – Se0000178 fill Line Restriction Orifice (ea) – Se0000180 tank Hot Fill (ea) – Se0000182 equipment Usage Fee (ea) – Se0000223 the Contractor Shall Provide All Product, Materials, Supplies, Management, Tools, Equipment, Transportation, And Labor Necessary For The Delivery Of The Requested Product F.o.b. Destination To Various Locations Across The Northeast United States. Period Of Performance Is 01 July 2025 To 30 June 2030. The Estimated Quantity For Aviator Breathing Oxygen Is 2,213,500 Gallons And Liquid Nitrogen Is 998,125 Gallons. offers Must Be Able To Provide The Aviator Breathing Oxygen And Liquid Nitrogen Product In Support To The Dla Energy Customer, But This Requirement Will Be Competed Amongst All Suppliers Who Can Offer These Products. As Stated Under Federal Acquisition Regulation (far) 6.302-1(b)(1)(i), Statutory Authority For This Contracting Action Is 41 U.s.c.§3304(a)(1). The Head Of An Agency May Use Procedures Other Than Competitive Procedures When There Is A Reasonable Basis To Conclude That The Agency’s Minimum Needs Can Be Satisfied By Only One Supplier With Unique Capabilities To Meet The Entire Requirement. capability Statement: interested Qualified Organizations Should Submit A Capability Statement For This Requirement Addressing The Areas Below. Statements Should Include An Indication Of Current Business Size And A List Of Available Ancillary Services Available As Well As Any Technical Information Believed To Be Useful To The Government. The Capability Statement At A Minimum Shall Address The Potential Vendor’s Ability Of The Following: a. Capability To Fully Meet The Specification b. Capability To Perform All The Sampling/testing Requirements Listed In The Specifications c. Capability And Willingness To Allow Government Quality Assurance Inspectors Access To Supplier Production/load-out Plant To Conduct Quality Assurance Assessments As Needed. d. Statement Of Ability To Meet Needs For The Dla Customer e. Capability For A Potential Federal Government Contract, Your Company Must Be Registered In The System For Award Management (sam) Https://www.sam.gov/portal/sam/#1. Is Your Company Registered Sam, And If So, What Is Your Company's Cage Code And Duns #? If Your Company Is Not Currently Registered In Sam, Would You Be Willing To Register In The Sam System? f. Confirmation That You Have The Ability To Produce And Deliver Aviator Breathing Oxygen(abo) And Liquid Nitrogen(ln2) submission Instructions: the Government Intends To Award A Firm Fixed-price Type Requirements Contract With A Five-year (5) Period Of Performance Using Federal Acquisition Regulation (far) Part 12, Acquisition Of Commercial Items Procedures. Subject Solicitation Will Be Issued On Or About January 2025. For Additional Information And/or To Communicate Concerns, Please Contact Carrie.harmon@dla.mil Or Jessica.negron@dla.mil. for Questions Regarding Small Business Or Small Disadvantage Business Affairs, Contact Dla Small Business Office At 571-767-9400.
Municipality Of Veruela Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 150 K (USD 2.5 K)
Details: Description Republic Of The Philippines Caraga Region Province Of Agusan Del Sur Municipality Of Veruela Term Of References For Consultancy Services For The Conduct Of Formulation Of Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) 1. Project Title: Formulation Of Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) 2. Procuring Entity: Sangguniang Bayan – Veruela, Agusan Del Sur 3. Project Location: Brgy. Poblacion, Veruela, Agusan Del Sur 4. Background And Objectives: • Agriculture Is A Critical Sector That Supports The Livelihoods Of Millions, Yet Women Farmers Often Face Significant Barriers That Limit Their Access To Resources, Opportunities, And Decision-making Processes. Traditional Agricultural Policies Frequently Overlook The Specific Needs And Contributions Of Women, Leading To Persistent Gender Disparities That Hinder The Overall Development Of The Sector; • Formulating Gender-responsive Agricultural Farm Policies Is Essential To Ensuring That Both Men And Women Benefit Equally From Agricultural Advancements. By Addressing The Unique Challenges Faced By Women In Agriculture And Promoting Gender Equity, These Policies Will Not Only Empower Women Farmers But Also Enhance The Productivity And Sustainability Of The Agricultural Sector As A Whole; • The Formulation And Planning Of The Program Will Greatly Benefit From The Expertise And Guidance Provided By An Experienced Consultant, Making The Process More Efficient And Attainable. Engaging With A Consultant Will Streamline The Efforts, Bringing Clarity And Direction To The Complex Tasks Involved. The Invited Are The Following: Committee On Tourism Beautification And Internal Relations, Committee On Infrastructure, Public Works, Energy, Transportation And Communication, Committee On Commerce, Trade And Industry, Technical Working Group, Dilg Representative, Sectoral Representative From Educational Sector, Municipal Agriculturist And Other Concerned Citizens. • Objectives: To Design Policies That Provide Equal Opportunities And Support For Both Male And Female Farmers; To Incorporate The Specific Challenges Faced By Women Farmers Into Policy Provisions; To Actively Engage Women Farmers In The Policy Formulation Process; To Develop Policies That Promote Safe And Supportive Working Conditions For Women In Agriculture; To Establish Mechanisms To Track And Assess The Impact Of Policies On Gender Equity In Agriculture. 5. Scope Of Services • 10 % Consultative Meeting And Creation Of The Technical Working Group (twg); • 30% Formulation Of The 1st Draft Of The Formulation Of Agri-farm Policies (agriculture Code) And Its Irr Together With The Technical Working Group (tourism Office, Engineering Office, Community Development Officer, Mcdo, Menro, Mao, And Sb Committee Concerned); • 30% Presentation Of The Revised Draft To The Sangguniang Bayan, Barangay Captains, Mafc, Mao, And Tourism Office For Further Comments And Deliberation Which Include 15 Soft Bound Copies. • 20% Presentation Of The Final Draft Of The Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr)to The Twg And Sangguniang Bayan Within February To June 2025. • 10% Production Of Final Paper To Include 15 Hardbound Copies Size A4, With Regular Printing In First Week Of April To Give Ample Time For The Processing Of Payment. 6. Deliverables: The Consultant Shall Deliver The Following To The Procuring Entity: • Shall Ensure To Facilitate The Required Processes And Produce The Desired Outputs In Such Process As Set By The Regulatory Agencies In Coordination With Responsible Offices And Agencies In The Formulation Of Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) Of The Municipality Of Veruela, Agusan Del Sur For The Period February To June 2025. • Will Render Its Technical Services From The Preparatory Activities Towards The Approval And Final Packaging Of The Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) As The Main Output Of This Undertaking Including The Electronic And 15 Hardbound And 15 Softbound Copies Of Outputs. 7. Schedule Of Activities: The Consultant Shall Complete All Services And Deliver The Final Deliverables Within February – June 2025. 8. Consultant’s Qualification: The Consultant Shall Meet The Following Minimum Qualifications: • Bachelor’s Degree In Public Policy, Law, Economics, Political Science, Sociology, Public Administration, Or A Related Field. • Familiarity With Local, National, And International Agricultural Laws, Standards, And Compliance Mechanisms. • Proven Track Record Of Working With Farmers, Cooperatives, Lgus, And Ngos In Developing Inclusive And Practical Agricultural Policies. • Expertise In Conducting Needs Assessments, Feasibility Studies, And Socio-economic Impact Analyses Related To Agriculture. • Proficiency In Drafting Policy Documents, Including Codes, Implementing Rules, And Regulatory Mechanisms. 9. Reporting And Communication: The Consultant Shall Maintain Open Communication With The Procuring Entity Throughout The Formulation Of The Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) And Promptly Address Any Concerns Or Issues Raised. 10. Payment Terms: The Consultant Shall Be Paid In Accordance With The Agreed Payment Schedule In The Memorandum Of Agreement (moa). 11. Confidentiality: The Consultant Shall Treat All Information As Confidential And Shall Not Disclose It To Any Third Party Without The Prior Written Consent Of The Procuring Entity.
City Of Cape Town Tender
Chemical Products
South Africa
Closing Date11 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Chemicals Reference Number Gc12500329 Title Chemicals Description 45,000 Liter X Supply And Delivery Of Glycerol To Visse Specification* Good Day Please Supply Vissershok With 45 000.00 Litres Of Glycerol At Leachate Plant Detailed Specification Properties Gycerol Glycerol Content 40 To 60% Ash 2.0% Max. Colour Dark Brown To Black Specific Gravity 1.0 To 1.1 Sulphate 30 Ppm Max. Heavy Metals 5 Ppm Max Chlorinated Compounds 30 Ppm Max Residue On Ignition 150 Ppm Max Fatty Acid And Ester 1.00 Max. Methanol Residue 4 % Max. Water 45 To 55 % Ph (10% Solution) 6.0 To 9.0 Organic Residue 2.0% Max As A Control Measure, It Will Be Required That A Certificate Of Analysis From A Sanas Accredited Laboratory Or Safety Data Sheet (sds) Be Submitted With The Offer To Confirm That The Chemical Offered Comply With The Chemical Properties As Indicated In The Table Below. Method Of Delivery The Glycerol Must Be Delivered To The Site With A Tanker Or Similar The Complies With The Regulations Pertaining To The Transport Of Hazardous/dangerous Chemicals And The Safe Offloading And Storage Of The Product. The Vehicle Used Must Have The Appropriate Pumping Equipment And Fittings Compatible With The Connector At Site. Transfer Of Chemical Transfer Into The Underground Holding Tank Is Via A 75 Mm Nominal Bore Filler Pipe, Equipped With A 75 Mm Male Camlock Fitting For Tanker Connection. The Product Will Have To Be Pumped, Thus The Supplier Shall Provide All Necessary Pumping Equipment And Accessories To Allow Transfer Of Chemical From Tanker To Storage Tanks. The Service Provider Needs To Have An Appropriate Spill Response Procedure In Place To Deal With Any Spillages That May Occur During The Offloading Process. Transport Vehicle Information The Supplier To Confirm Availability Of Suitable Vehicles That Complies With The Requirements In Terms Of Sans 10231 Including A Driver With Appropriate Licence And Prdp G (dangerous Goods), Transport Manifest, Certifications, And Spill Response Procedures In Place For The Transport, Transfer & Off-loading Of Chemicals As Specified Under Delivery And Transfer Of Chemicals. Supplier To Submit The Required Documentary Proof With Submission. Failure To Supply Proof Of Required Licences, Prdp G, Certifications, Transportation Documents And Confirmation Of Delivery Method In Terms Of The Specification Will Render The Submission Non-responsive. Frankdale Road,n7, Visserhok, Landfill Site Contact Thandeka Cell 062 3974829 Quotation Conditions Clause - 2.14.1 & 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. · Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent# · Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Nb!!! Please Provide Sample Pictures And Specifications With Your Submission. Delivery Date2025/03/03 Delivery Totw - Solid Waste Tssw Delivery Address02 Frankdale Road,n7, Visserhok Contact Personthandeka Telephone Number0623974829 Cell Number Closing Date2025/02/11 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgc1.quotations@capetown.gov.za Buyer Detailsa.february Buyer Phone0214006745 Attachments No Attachments Note This Commodity Has Gone On E-procurement Online Bidding. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
DEFENSE LOGISTICS AGENCY USA Tender
Energy, Oil and Gas
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. It Seeks Information From Small Business Sources That Can Provide Direct Supply Natural Gas. No Solicitation Is Being Issued At This Time. The Amount Of Information Available For Publication At This Time Is Limited. This Notice Is Also Issued For The Purpose Of Market Research In Accordance With Federal Acquisition Regulation (far) Part 10. the Defense Logistics Agency (dla) Energy, Natural Gas Division, Installation Energy Directorate Seeks Potential Business Sources To Provide Direct Supply And Delivery Of Natural Gas To Dod And Federal Civilian Facilities In The States Of Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri And Ohio (us Central Region). interested Firms Should Be Able To Deliver Natural Gas Via Interstate/intrastate Pipelines, Place Nominations For Natural Gas Consumption For Customers Behind Applicable Local Distribution Companies (ldcs) And/or Directly Connected To Interstate Pipelines, And Manage Customer Consumption To Comply With Applicable Balancing Provisions. the Government Will Award A Requirements Type Contract. The Award Will Be Made As A Firm Fixed Price With Economic Price Adjustment For A Twenty-four Months Period; Beginning On Or About October 1, 2025. The Contractor Shall Act As The Nominating And Balancing Agent On Behalf Of The Government Customers With Local Distribution Companies (ldcs) And/or Pipelines. the North American Industry Classification System (naics) Code Is 211130 And The Small Business Size Standard Is 1,250 Employees. The Government Is Also Interested In The Following Small Business Categories To Respond To This Notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (hubzone) Businesses, Women-owned Small Businesses (wosbs), And Service-disabled Veteran-owned Small Businesses (sdvosbs). responses Are Limited To Not More Than 5 Pages. The Government Will Use This Information, In Addition To Other Information Obtained, To Determine Its Small Business Set-aside Decision. Any Information Provided By Industry To The Government As A Result Of This Notice Is Voluntary. The Government Will Not Pay For Any Information Submitted In Response To This Notice. All Responses To This Notice Are To Be Submitted By 1500 Hours Est On February 19, 2025. Only Responses Submitted Via E-mail Will Be Considered. E-mail Submissions To: Dlaenergy.ngteam@dla.mil. in The Event A Decision Is Made To Set-aside Line Items Within The Solicitation, An Offeror Who Certifies As A Small Business And Offers On A Line Item Set Aside For Exclusive Small Business Participation Must: propose To Furnish Direct Supply Natural Gas From A Well Owned And Operated By A Small Producer(s), Which Is Defined By The Small Business Administration clearly Demonstrate A Direct Relationship Between The Natural Gas Well(s) Owned And Operated By A Small Business Producer provide Supply Commitment Letters From The Small Business Producer(s) That Will Be Utilized During The Contract Performance Period Including A Firm Commitment To Supply Natural Gas In The Quantity Required By The Line Item Set Aside For Small Business interested Companies Should Respond To The Following: 1. Provide A Company Profile To Include Number Of Employees, Office Location(s), Duns/cage Code Number, Unique Entity Id And A Statement Regarding Current Business Status. Please Note That Registration In The System For Award Management (sam) Is Required For Dla Energy Contractors. 2. Experience. Do You Have Experience As A Prime Contractor Or Subcontractor Providing Supply And Transportation (firm And/or Interruptible) Of Natural Gas To Retail Customers Served By A Ldc Or Retail Customers Not Served By An Ldc.? If So, Please Provide The Following Information: The Ldc And/or Pipeline In Which You Have Experience In Serving Retail Customers And The Number Of Months Of Experience You Have Within The Past Two Years For Each. In Addition, Please Provide A List Of Ldcs/pipelines Which You Currently Have Service Agreements With Or Are Authorized To Supply. If Your Firm Acted As A Subcontractor Or Joint Venture, Name The Prime Contractor Or Other Party, The Specific Work Performed, And Percentage. 3. Do You Anticipate Any Type Of Teaming Arrangement For This Requirement? If Yes, Please Address What Kind Of Arrangement And What Percentage Of Work, And Type(s) Of Service You Would Perform. 4. Does Your Company Have The Financial Capability And Financial Stability, And/or Adequate Lines Of Credit To Sustain And Support A Twenty-four Month Contract At One Or More Locations, In The Event There Are Delays With The Payment Process? 5. Do You Currently Have A Direct Relationship With A Small Business Producer(s)? If So, Please Provide The Name Of The Producer, The Expiration Date And Volumes Associated With The Agreement. 6. Will You Be Able To Obtain Supply Commitment Letters From A Small Business Producer(s) To Cover A Twenty-four Month Contract Performance Period To Include Volumes Sufficient To Meet Supply Requirement For Set-aside Items?
6911-6920 of 8662 archived Tenders