Transportation Tenders

Transportation Tenders

Municipality Dobrocovice Tender

Others
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the Public Contract is the provision of complete services in the field of waste management for the Client, in particular the collection, collection, transportation, utilization, sorting and disposal of waste, within the scope and under the conditions specified in the Tender Documentation.
Closing Date13 Jan 2025
Tender AmountCZK 3.1 Million (USD 129.6 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n713.23|hrb|7176057322|cody.s.smith26.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001aa|11|90|0001ab|10|90||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|tdb|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| exercise Of Option To Fulfill Foreign Military Sales Commitments-basic(nov 2014))|4||||| small Business Subcontracting Plan (sep 2023)|4||x||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| option For Increased Quantity (mar 1989)|1|180 Days| option For Increased Quantity--separately Priced Line Item (mar 1989)|1|180 Days| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|333618|1500|||||||||||| facsimile Proposals (oct 1997)|1|| type Of Contract (apr 1984)|1|firm Fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| offerors Shall Submit Proposals Via Neco Or Email Only. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Motor,alternating C . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Motor,alternating C Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;20019 5ks445ns261hbh; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n713.23|glf|7176057322|cody.s.smith26.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| this Solicitation Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government. all Freight Is Fob Origin. this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Manifold,valve . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Manifold,valve Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99657 283063-0001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. see Section F Of This Solicitation For Transportation Inf Ormation
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Environmental Management Bureau Tender

Environmental Service
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Expression Of Interest Consultancy Services For The Conduct Of Regulatory Impact Assessment (ria) In The Updating Of The Comprehensive Clean Air Action Plan And Framework Of The Philippine Clean Air Act (ra8749) Reoi No. 2024-12-013-aqms 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb), Through The General Appropriation Act Of 2021 Intends To Apply The Sum Of Ph490,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Request No. 2024-1679 Dated November 28, 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposal. 2. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Now Calls For The Submission Of Expression Of Interest And Eligibility Document For The Consultancy Services For The Conduct Of Regulatory Impact Assessment (ria) In The Updating Of Comprehensive Clean Air Action Plan And Framework Of The Philippine Clean Air Act (ra 8749) 3. Interested Consultant/consulting Firm Must Submit Their Expression Of Interest And Eligibility Document On Or Before February 04, 2024, 2:00 P.m. At Emb-afmd Hrd Building, Denr Compound, Visayas Avenue, Diliman, Quezon City. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 4. The Bac Shall Draw Up The Short List Of Consultant/consulting Firms From Those Who Have Submitted Their Expression Of Interest And Eligibility Document And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Invite And Engage In Negotiation With A Sufficient Number Of Consultant/consulting Firm Who Will Be Entitled To Submit Bids Subject To The Condition Laid Down In The Rirr Of Ra9184 Relative To The Instances When The Required Number Of Shortlisting Is Not Met. 5. Scope Of Work 1. Analyze The Potential Impacts Of Proposed Regulatory Measures On Key Sectors Such As Health, Energy, Transportation, Industry, Agriculture, And Technology. 2. Assess The Feasibility And Cost-benefits Analysis Of Different Policy Options And Regulatory Interventions. 3. Prepare Unit Cost Of Activities In Implementing Each Provision Under The Proposed Revised Framework And Action Plan. 4. Assess The Potential Economic, Social, And Environmental Impacts Of Proposed Regulatory Measures To Improve Air Quality. 5. Inform Decision-makers And Other Regulatory Agencies About The Potential Consequences Of Different Policy Options And Regulatory Interventions. 6. Conduct Various Stakeholder Consultations With Government Agencies, Industry Representatives, Environmental Organizations, And Other Relevant Stakeholders. 7. Review And Identify Gaps And Opportunities For Improvement. I. Methodology: 1. Economic Modeling Techniques For Assessing The Costs And Benefits Of Regulatory Measures, Such As Cost-benefit Analysis Or Cost-effectiveness Analysis. 2. Social Impact Assessment Methods For Evaluating The Distributional Effects Of Regulatory Interventions On Different Population Groups. 3. Environmental Impact Assessment Tools For Quantifying The Potential Reductions In Air Pollution And Associated Health And Environmental Benefits. 4. Incorporation Of Uncertainty And Sensitivity Analysis To Account For Variability And Risk Factors In The Assessment. Ii. Data Collection And Analysis: 1. Outline The Data Collection And Analysis Plan, Including: A. Gathering Data On Air Quality, Emissions, Economic Indicators, Social Demographics, And Environmental Outcomes From Reliable Sources. B. Conducting Statistical Analysis, Modeling, And Scenario Planning To Forecast The Potential Impacts Of Regulatory Measures Under Different Scenarios. 2. Engaging With Subject Matter Experts And Stakeholders To Validate Assumptions, Refine Models, And Interpret Findings. Iii. Reporting And Deliverables : 1. Submit Inception Report On The Methodology To Be Conducted, Data Sources Needed, And Preliminary Findings. 2. Submit Interim Progress Report On The Analysis Of Potential Impacts Of Proposed Regulatory Measures On Key Sectors Such As Health, Energy, Transportation, Industry, Agriculture, And Technology. 3. Submit Interim Progress Report On The Feasibility And Cost-benefits Analysis Of Different Policy Options And Regulatory Interventions. 4. Submit Interim Progress Report On The Proposed Unit Cost Of Activities In Implementing Each Provision Under The Proposed Revised Framework And Action Plan. 5. Submit Interim Progress Report On The Potential Economic, Social, And Environmental Impacts Of Proposed Regulatory Measures To Improve Air Quality. 6. Submit Interim Progress Report To Inform Decision-makers And Other Regulatory Agencies About The Potential Consequences Of Different Policy Options And Regulatory Interventions. 7. Submit Proceedings On The Various Stakeholder Consultations Conducted With Government Agencies, Industry Representatives, Environmental Organizations, And Other Relevant Stakeholders Through Meetings, Workshops, Seminars, Or Webinars. 8. Submit Interim Progress Report On The Identified Gaps And Opportunities For Improvement. 9. Submit Documentation Of The Ria Process Including Data Sources, Assumptions, And Limitations, To Ensure Transparency And Accountability. 10. Submit Final Ria Report Summarizing Key Findings, Methodologies, Results, And Conclusions. Iv. Stakeholder Engagement: 1. Describe How Stakeholders Will Be Engaged Throughout The Ria Process, Including: A. Establishing A Stakeholder Advisory Group Or Working Committee To Provide Input And Feedback On The Ria Methodology And Findings. 2. Conducting Stakeholder Consultations, Focus Groups, And Public Hearings To Solicit Input On Regulatory Measures And Their Potential Impacts. 3. Providing Opportunities For Stakeholders To Review And Comment On Draft Reports And Recommendations Before Finalization. V. Budget: Total Contract Cost Four Hundred Ninety Thousand Pesos (php 490,000.00) Only Covering Personnel Costs, Including Salaries And Benefits For Project Staff. Equipment And Supplies For Air Sampling, Laboratory Analysis, And Data Processing. Travel And Fieldwork Expenses, Including Transportation. Vi. Schedule Of Activities Month Activities Deliverables 1st Month - Submission Of Inception Report - Mobilization, Consolidation And Review Of Initial Data - Preliminary Discussions -inception Report -assessment Of Initial Data -minutes Of Preliminary Discussions 2nd – 6th Month - Minimum 2 Consultation Meetings With Emb Co With Relevant Stakeholders - Data Gathering And Assessment To Economic Impacts -proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars 6th – 7th Month - Minimum 2 Consultation Meetings With Stationary And Mobile Sector With Relevant Stakeholders - Presentation And Submission Of First Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Interim Progress Report On Item Vi Deliverables 2 To 6 - First Draft Of The Ria Report 7th – 8th Month - Minimum 2 Consultation Meetings With Cross Cutting Source Sector With Relevant Stakeholders - Presentation And Submission Of Second Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Second Draft Of The Ria Report 8th – 10th Month - Minimum 2 Consultation Meetings With Ngas And Emb Regional Offices With Relevant Stakeholders - Presentation And Submission Of Third Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Third Draft Of The Ria Report 10th – 12th Month - Final Submission Draft Ria Report - Presentation And Submission Of The Final Draft Of The Report - Final Ria Report Vii. Responsibilities Of Emb The Emb Central Office Will Be Responsible For The Following: 1. Facilitate And Monitor Project Implementation. 2. Organize The Meetings And Consultations. 3. Reproduce The Materials For The Meetings And Consultations. 4. Provide The Venue And Meals Of The Participants During The Meetings And Consultations. 5. Review And Accept/approve The Output Of The Technical Consulting Firm; And 6. Pay The Necessary Fees For The Services Rendered By The Technical Consulting Firm. The Corresponding Remuneration Is Enumerated In Section Viii. Viii. Responsibilities Of Technical Consultant The Technical Consulting Firm Shall Perform The Following: 1. Perform Activities Under Item Iii To Vii; 2. Ensure Timely Submission Of Deliverables; And 3. Provide Hardcopies Of Deliverables Including Minutes/proceedings Of Meetings. Ix. Outputs, Deliverables And Schedule Of Payments Outputs And Deliverables Of The Technical Consulting Firm Shall Be As Follows: Output/deliverable Number Of Months Payment 1. Submission And Acceptance Of Inception Report, Assessment Of Initial Data And Minutes Of Preliminary Discussions. Month 1 To 2 20% Of The Contract Amount 2. Submission And Acceptance Of The Item Vi Deliverables 2 To 6, First Draft Of The Ria Report And Minutes Of Consultation Meetings. Month 6 30% Of The Contract Amount 3. Submission And Acceptance Of The Second Draft Of The Ria Report And Minutes Of Consultation Meetings. Month 8 30% Of The Contract Amount 4. Submission And Acceptance Of The Final Ria Report And Minutes Of Consultation Meetings. Month 12 20% Of The Contract Amount Total 12 Months 100% Renumeration: A Lump Sum Quotation Is Required Including Fees For Writing The Annual Report And Information Sheet. Payment Will Be Linked To Deliverables. X. Qualifications And Skills 1. University Degree In Communications, Science, Engineering Or Other Related Fields 2. At Least 8 Years Of Progressive Work Experience In A Relevant Field 3. Previous Results-based Annual Report Writing Experience 4. Knowledgeable In Results-based Management And Results-oriented Approach To Project Implementation 5. Previous Experience In Copy-editing And Fact-checking 6. High Level Proficiency In Standard Computer Software, In Particular, Microsoft Word And Excel 7. Excellent Written And Oral Communication Skills In English, Of Publication Standard 8. Persistence In Follow Up, Tact And Diplomacy 9. Demonstrated Ability To Meet Deadlines All Interested Applicants To Send Application, Stating The Position With The Following Documents To Recordsco@ Emb.gov.ph And Aqmsco@emb.gov.ph;mailto:procurement@aseanfoundation.org 1. Application Letter And Timetable On How The Assignment Will Be Carried Out Completed With Clear Deliverables 2. Curriculum Vitae 3. Samples Of Writing 4. Financial Proposal Specifying A Total Lump Sum Amount Highlighting Deliverables. Include A List Of References Cited In The Terms Of Reference, Including Relevant Literature, Reports, Guidelines, And Regulations Related To Air Quality Management And Regulatory Impact Assessment. 6. The Contract Shall Be Completed Within Twelve (12) Months Or May Be Extended As Agreed By Both Parties As The Need Arises. 7. The Prospective Bidder/consultant Shall Submit The Complete, Recent/updated Eligibility Document As Stated Below (ra9184 Irr Annex H, Appendix A): A) Expression Of Interest (with Financial Bid) B) Company Profile With Professional License/curriculum Vitae Of Consultant • If Consulting Firm, A Company Profile Indicating Its Qualifications, Experience, And Capability (including Its Track Record In Module Writing And Projects That Include Assisting Schools In Developing Modules And/or Conducting Training Among Schools On Module Development) • If Individual Consultant, A Curriculum Vitae/profile Indicating Its Qualifications, Experience, And Capability (including Its Track Record In Module Writing And Projects That Include Assisting Schools In Developing Modules And/or Conducting Training Among Schools On Module Development) C) Philgeps Registration Number/proof Of Philgeps Registration D) Income/business Tax Return E) Proposal (including The Firm Or Consultant’s Plan/methodology In Conducting The Project) F) Omnibus Sworn Statement (required/must Be Submitted With Bid/eoi) 8. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Reserves The Right To Reject Any And 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. Engr. Rodney V. Diaz Oic-property And General Service Section 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]
Closing Date4 Feb 2025
Tender AmountPHP 490 K (USD 8.3 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001aa|14|365|||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice & Receiving Report||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|333914|750|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|e-mail| type Of Contract (apr 1984)|1|firm Fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| the Purpose Of This Amendment Is To Update The Following Solicitation Remark: "2. If The Offeror Is Not The Original End Manufacturer(oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Be Able To Provide A Signed Letter Of Authorization To Manufacture Or Distribute From the Oem On The Company's Letterhead." this Amendment Also Updates The Quantity In Clause Far 52.211-8 To The Correct Quantity Of 14. this Amendment Also Deletes The Following Clauses: Dfars 252.225-7020, Dfars 252.225-7021, And Dfars 252.215-7008 As These Clauses Do Not Apply. all Other Terms And Conditions Remain The Same. \ 1. This Is An Advanced Equipment Repair Program (aerp) Sole Source Procurement Requirement. 2. If The Offeror Is Not The Original End Manufacturer(oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Be Able To Provide A Signed Letter Of Authorization To Perform Repairs From The Oem On the Company's Letterhead. 3. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Company Name, Street Address And Cage Of The Packaging Facility. 4. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Method Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 5. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Will Be A Rated Order. 6. Offeror's Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfp N0010425rza79, Because The Rfp N0010425rza79 Includes An Annex Classified At The Confidential Level Which Will Be Released Only To Offerors Possessing the Appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating Manual (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod 5220.22-r). \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Or Refurbishment And The Contract Quality Requirements For The Pump Unit,centrifug . 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;eb-4092, Confidential; 2.2.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. drawing Data=eb-4092 |96169| F| |d|0001 | F|00026|0000000 3. Requirements 3.1 Design, Manufacture, And Performance - The Item Furnished Under This Contract/purchase Order Must Meet The Design, Manufacture, And Performance Requirements Specified On Cage ;88032; , Drawing ;14481n18; And The Applicable Submepp Procurement Instruction ;5321-012-0003 Rev - (csd558); , Except As Amplified Or Modified Herein. 3.2 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd558; In Ecds At Https://register.nslc.navy.mil/ 3.3 Confidential Hydrostatic Test Pressures - When Test Pressures Are Confidential, Certification Must Reference ;eb-4092; And The Item Number To Which The Item Was Tested In Lieu Of The Actual Pressures. Any Drawing Requirement To Mark The Working Pressure on The Item Does Not Apply And Is Strictly Prohibited. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. 5.1.1 Additional Preservation, Packaging, Packing And Marking Requirements Are Included In The Referenced Refurbishment Instruction Or Procurement Specification From Submepp. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq date Of Subsequent Submission=asreq see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements. all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/. certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible.
Closing Date2 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Description: The Mission And Installation Contracting Command - Fort Jackson, Sc Has A Requirement To Procure A Non-personal Service Contract To Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, Other Items And Non-personal Services Necessary To Perform Operations For Providing Industrial Grade Co2 Gas & Tank Rental Service For Treating Pool Water On A Keep Full Program. The Contractor Will Provide A Smart Tank Monitoring System At Each Location To Monitor The Co2 Levels. The Contractor Will Monitor Each Location And Provide Fmwr A Monitor. The Contractor Will Ensure They Do Not Let The Tanks Drop Below 20-30 % Full At Each Location, Fort Jackson, Sc As Defined In The Performance Work Statement (pws). the Primary North American Industry Classification System (naics) Code For This Procurement Is 325120 Industrial Gas Manufacturing With A Size Standard Of 1200 Emp. This Procurement Will Be Competitively Procured As 100% Small Business Set Aside. it Is Anticipated That This Requirement Will Be Awarded As A Firm Fixed-price (ffp) Award Contract. The Anticipated Period Of Performance (pop) Will Be 3 March 2025 Through 2 March 2030, Resulting In A One-year Base Contract And Four-year Option Periods. requirement: clin0001: Co2 Gas Services Base Yr., Quantity: 12, Unit: Months pop: 03-march-2025 To 02-mar-2026 clin0002: Rental (5) 750 Lbs. Tank/ Month Base Yr., Quantity: 12, Unit: Months pop: 03-march-2025 To 02-mar-2026 clin0003: Rental (1) 450 Lbs. Tank/ Month Base Yr., Quantity: 12, Unit: Months pop: 03-march-2025 To 02-mar-2026 clin1001: Co2 Gas Services Option Yr.1, Quantity: 12, Unit: Months pop: 03-march-2026 To 02-mar-2027 clin1002: Rental (5) 750 Lbs. Tank/ Month Option Yr.1, Quantity: 12, Unit: Months pop: 03-march-2026 To 02-mar-2027 clin1003: Rental (1) 450 Lbs. Tank/ Month Option Yr.1, Quantity: 12, Unit: Months pop: 03-march-2026 To 02-mar-2027 clin2001: Co2 Gas Services Option Yr.2, Quantity: 12, Unit: Months pop: 03-march-2027 To 02-mar-2028 clin2002: Rental (5) 750 Lbs. Tank/ Month Option Yr.2, Quantity: 12, Unit: Months pop: 03-march-2027 To 02-mar-2028 clin2003: Rental (1) 450 Lbs. Tank/ Month Option Yr.2, Quantity: 12, Unit: Months pop: 03-march-2027 To 02-mar-2028 clin3001: Co2 Gas Services Option Yr.3, Quantity: 12, Unit: Months pop: 03-march-2028 To 02-mar-2029 clin3002: Rental (5) 750 Lbs. Tank/ Month Option Yr.3, Quantity: 12, Unit: Months pop: 03-march-2028 To 02-mar-2029 clin3003: Rental (1) 450 Lbs. Tank/ Month Option Yr.3, Quantity: 12, Unit: Months pop: 03-march-2028 To 02-mar-2029 clin4001: Co2 Gas Services Option Yr.4, Quantity: 12, Unit: Months pop: 03-march-2029 To 02-mar-2030 clin4002: Rental (5) 750 Lbs. Tank/ Month Option Yr.4, Quantity: 12, Unit: Months pop: 03-march-2029 To 02-mar-2030 clin4003: Rental (1) 450 Lbs. Tank/ Month Option Yr.4, Quantity: 12, Unit: Months pop: 03-march-2029 To 02-mar-2030 objective: This Requirement Is For Providing Industrial Grade Co2 Gas & Tank Rental Services For Treating Pool Water On A Keep Full Program. The Objective Of This Contract Is To Provide Co2 Gas To Stabilize Ph Levels And Disinfects The Water. Co2 Gas And Tank Rental Services Are Needed For Treating Ph In Pool Waters. The Three Locations Are Palmetto Falls Water Park (bldg. 6511), Knight Pool (bldg. 3296), And Legion Pool (bldg. 2763). All Scheduled Services Shall Be In Accordance With The Associated Pws And Applicable Regulations. The Government Requires A Qualified Contractor Workforce Responsible For Completing These Services. place Of Performance: Fort Jackson, South Carolina 29207 basis For Award: The Award Will Be Made On The Basis Of The Lowest Price Technically Acceptable (lpta) Offer. The Contractor Shall Provide A Technical Solution To Meet The Period Of Performance To Perform Work Providing Industrial Grade Co2 Gas & Tank Rental Services For Treating Pool Water On A Keep Full Program Conducted By Trained, Certified Technicians Who Possess The Knowledge, Experience And Skills Pertinent To This Requirement. See Section Attached Addendum To Clause 52.212-2 Evaluations. proposal Submission Instructions: Provide An Industrial Grade Co2 Gas & Tank Rental Service For Treating Pool Water On A Keep Full Program Plan With A Tentative Start Date Of March 3, 2025. Additionally, Provide A Brief Synopsis Describing Your Technical Solution To Augment And Support This Requirement To Meet The Required Period Of Performance Accordingly. The Plan Should Clearly Demonstrate A Complete Understanding Of The Tasks Necessary And Should Include Proof Of A Certified Technician Workforce. Provide A Cost Estimate Proposal That Includes Detailed Costs Associated With Work. See Section Attached Addendum To Clause 52.212-1 Instructions. evaluation: The Offeror’s Technical Proposal Shall Be Evaluated On An Acceptable/unacceptable Basis. An Offeror Shall Obtain An Acceptable Rating To Continue In The Competition. Offerors Who Rate Unacceptable In Technical Will Be Removed From Further Consideration For Award. Past Performance Will Be Evaluated On An Acceptable/unacceptable Basis. Price Will Be Evaluated To Determine Reasonableness. the Technical Factor Will Receive One Of The Adjectival Ratings Defined Below: rating Definition acceptable Proposal Meets The Minimum Requirements Of The Solicitation. unacceptable Proposal Does Not Meet The Minimum Requirements Of The Solicitation. the Price Submission Will Not Be Scored Or Rated. the Past Performance Will Receive One Of The Adjectival Ratings Defined Below: rating Definition acceptable Based On The Offeror’s Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort, Or The Offeror’s Performance Record Is Unknown. unacceptable Based On The Offeror’s Performance Record, The Government Does Not Have A Reasonable Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. neutral In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror May Not Be Evaluated Favorably Or Unfavorably On Past Performance. In The Context Of Acceptability/unacceptability, A "neutral" Rating Shall Be Considered "acceptable proposal Due: Nlt 02:00 Pm On Friday, 14 February 2025. quote Must Be Good Until For 60 Days After The Expiration Of This Solicitation Notice site Visit Notice: A Site Visit Will Be Conducted On Tuesday, 4 February 2025 At 10:00 Am Est. Attendance Is Not Mandatory. Information Provided At This Site Visit Shall Not Change/qualify The Terms And Conditions Of The Solicitation And Specifications. Terms Remain Unchanged Unless The Solicitation Is Amended In Writing. If An Amendment Is Issued, Normal Procedures Relating To The Acknowledgment And Receipt Of Solicitation Amendments Shall Apply. Any Amendment Will Be Uploaded With The Current Solicitation Within Sam.gov. To Attend, Respond By Contacting Contract Specialist, Katharina Wagner, Via Email At Katharina.wagner5.civ@army.mil With The Solicitation Number As The Subject Of The Email. Do This No Later Than 72 Hours Before The Site Visit Is To Take Place. You’ll Be Required To Provide Your Full Name, Date Of Birth And Driver License Number With State Of Issuance. All Questions In Response To The Posted Solicitation Are Due Within Three Business Days After The Site Visit. All Questions Shall Be Formalized And Sent To The Contract Specialist By Emailing Katharina Wagner At Katharina.wagner5.civ@army.mil. for Additional Information, Contact Contract Specialist By Emailing Katharina Wagner At Katharina.wagner5.civ@army.mil And The Contracting Officer, Jason Fronden By Emailing At Jason.m.fronden.civ@army.mil. Interested Parties Should Access Https://sam.gov For Solicitation, Associated Documents, And Solicitation Amendments. Contractors Will Not Be Directly Notified Of Any Postings, By Contracting Office Personnel. All Potential Sources Must Be Registered In The System For Award Management (sam) Sam.gov In Order To Conduct Business With The Government. Failure To Obtain Registration In Sam May Delay The Award Of A Contract Or Possible Award To The Next Otherwise Successful Offeror Who Has Met All Of The Requirements To Conduct Business With The Government At Time Of Award. offer Submission: All Offers Should Be Submitted To The Contract Specialist By Emailing Katharina Wagner At Katharina.wagner5.civ@army.mil And The Contracting Officer, Jason Fronden By Email At Jason.m.fronden.civ@army.mil; Nlt 02:00 Pm On Friday, 14 February 2025.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Others, Real Estate Service
United States
Details: Reference Project Number: 2pr0074 general Services Administration (gsa) Seeks To Lease The Following Space: state: Puerto Rico city: Hato Rey delineated Area: north: Beginning At The Intersection Of Pr 165 / Pr 24 And Pr 22, Follow Pr 22 East From Pr 165 / Pr 124 To Pr 18. Follow Pr 18 South From Pr 22 To Calle Juan Kalaf. Follow Calle Juan Kalaf East From Pr 18 To Pr 1. east: Follow Pr 1 South From Calle Juan Kalaf, Continuing On Av. De La Constitución And Av. Juan Ponce De León To Pr 17. south: Follow Pr 17 West From Av. Juan Ponce De León To Pr 20. west: Follow Pr 20 North From Pr 17 To Pr 2. Follow Pr 2 East From Pr 20 To Pr 24. Follow Pr 24 North From Pr 2 To The Point Of Beginning At The Intersection Of Pr 22 And Pr 165 / Pr 24. minimum Sq. Ft. (aboa):23,588 Aboa Sf maximum Sq. Ft. (aboa): 24,174 Aboa Sf space Type: Office, Warehouse, And Laboratory parking Spaces (total): 173 Spaces parking Spaces (surface): 30 Onsite, Reserved Spaces For Government Owned Vehicles (govs). 115 Parking Spaces For Employees And Visitors Must Be Publicly Available Within A One (1) Block Walking Distance Of The Proposed Building. parking Spaces (structured): 28 Reserved Structured Spaces Located On The Second Floor Or Higher. full Term: 10 Years firm Term: 5 Years option Term: N/a additional Requirements: general Office Space Must Have A Ceiling Height Of A Minimum 9’-0” Aff. Ceiling Heights In The Mdf, Idf Or Other Equipment Rooms Shall Be A Minimum Of 9’-0” Clear And Have Sufficient Space Above The Ceiling For Independent Hvac Units, Ducting, Cable Trays, Or Other Necessary Devices. A Minimum Ceiling Height Of 12’ Is Required In Warehouse Areas as Part Of The Tenant Improvement Scope, The Lessor Shall Provide Six (6) Single Electric Vehicle Supply Equipment (evse) Supporting Charging Station(s) And Reserved Parking Spaces For Electric Vehicles. Infrastructure Shall Comply With All Local Electrical Codes, And If None, The National Electrical Code (current Edition). for Effective Space Utilization, A Minimum Of 20’-0” O.c. Between Structural Elements (columns, Core, Curtain Wall, Etc.) Is Required. For Most Efficient Office Layouts On Window Walls, Mullion Spacing Of 5’-0” O.c. Is Preferred. contiguous Space Is Preferred. If All Space Cannot Be Contiguous, And Space Is On More Than One Floor, Adjacent Floors Are Required. Non-contiguous Space Must Consist Of No More Than Six (6) Blocks Of Space Meeting The Following Ansi Boma Square Footage Range Requirements. block 1 - 1,078 - 1,132 block 2 - 5,849 - 6,141 block 3 - 5,115 - 5,371 block 4 - 3,331 - 3,498 the Following Two Block(s) Of Space Must Be Located On The First Floor And Can Either Be Collocated Or At A Minimum Be Contiguous To Each Other. block 5 - 4,186 - 4,341 block 6 - 4,029 - 4,231 the Government Will Utilize Fiber Optic And/or Copper Twisted Pair Cabling For Backbone Services. Offered Premises Must Provide At Least One (1) Internet/telecom Service Provider, Two (2) Are Preferred With Connections Terminating Directly Inside Secured Telecommunications Room (mdf). the Offered Space Must Have A Full Load Generator Or Capacity To Add A Full Load Generator To Allow The Continued Agency Operation. to Demonstrate The Potential For Efficient Layout, Offerors Will Be Required To Provide A Test Fit Layout, At The Offeror's Expense, Demonstrating That The Government's Requirement Can Be Efficiently Accommodated Within The Space Offered. public Transportation Should Preferably Be Within Approximately 0.5 Miles Or 10 Minutes Walking Distance. a Building Loading Area Is Required. subleases Are Not Acceptable. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: January 10, 2025, 5:00 Pm Edt market Survey (estimated): January 15, 2025 occupancy (estimated): September 30, 2026 send Expressions Of Interest To: name/title: Helga Peneiro phone: 787-627-5737 email Address: Hpineiro@hmppropertiespr.com government Contact Information: lease Contracting Officer: Eduardo Vidal broker, Cbre:matt Bartlett, Transaction Management Director
Closing Date10 Jan 2025
Tender AmountRefer Documents 

FOOD AND DRUG ADMINISTRATION USA Tender

Others
United States
Details: Purpose this Sources Sought Notice (ssn) Is For Market Research, Information, And Planning Purposesonly. This Ssn Does Not In Any Way Constitute A Request For Quotation Or Request For Proposal And As Such, Shall Not Be Construed As A Commitment By The Government (implied Or Otherwise) To Issue A Solicitation Or Ultimately Award A Contract. this Announcement Is Specifically Targeted To A) Identify Qualified Certified 8(a) Small Business Firms Capable Of Providing The Required Tasks And Services As Detailed In The Attached Statement Of Work Under An Indefinite Delivery Indefinite Quantity (idiq) Contract With Task Orders Inclusive Of Firm Fixed Price, Time And Materials, Labor Hour, Or A Combination Thereof. Complete And Detailed Responses From All Interested Parties Are Appreciated And Will Be Accepted. requirement the Office Of Facilities Engineering And Mission Support Services, Division Of Operations Management And Community Relations, Logistics And Transportation Management Branch Has An Ongoing Requirement To Provide Move And Labor Services For A Variety Of Move And Labor Activities. Specifically, The Government Requires Move And Labor Services For Specialized Laboratory, Vivarium (animal Facility) And Information Technology Spaces, As Well Moving Services For Offices, Including Labor And Equipment Services Related To Warehouse And Loading Dock Management; Material Move And Relocation; And Materials Receiving And Distribution. This May Sometimes Include Chemical, Hazardous Materials And Biologics Moving Services. Additionally, And As An Ancillary Activity To Moves, The Government Also Requires Document Destruction Services, That Are Related To Supporting A Population Of Over 14,000 Personnel. the Primary Locations For Performance In Support Of The Resultant Contract Are In The “national Capital Region” (ncr), Which Means The Geographic Area Located Within The Boundaries Of The District Of Columbia, Montgomery And Prince Georges Counties In The State Of Maryland, Arlington, Fairfax, Loudoun, And Prince William Counties And The City Of Alexandria In The Commonwealth Of Virginia, And All Cities And Other Units Of Government Within The Geographic Areas Of Such District, Counties, And City. A List Of Potential Locations Relevant To This Contract Is Contained In Attachment 1: Ncr Metropolitan Area Site List. the Contractor Shall Provide The Full Range Of Labor, Including All Equipment, Tools, Vehicles, Conveyances, Packing/moving Supplies, And Expendables Required To Accomplish Routine And Project-based Labor Services In Support Of 14,000 Fda Personnel In Multiple Locations. As Part Of This Support, The Contractor Shall Also Provide On-site Document Destruction Services At The Tasked Designated Locations. Services Shall Be Required On An Ongoing Basis As Set Forth In Each Task Order (to). refer To The Attached Draft Move And Labor Recompete Statement Of Work Dated January 14, 2025 For More Specifics Regarding The Required Tasks And Services To Be Performed. requested Information responsive 8(a) Firms Shall Submit A Complete Response To The Below: company Information name, Mailing Address, Cage Code, Unique Entity Identifier (uei). point Of Contact: Name, Email, Phone Number. business Size And Socio-economic Status indicate Company Size. if Small, Specify Socio-economic Status. naics Code recommend Applicable Naics Codes Supporting The Sow Tasks/services. staffing & Management Experience describe Experience Staffing And Managing Material Handling/loading Dock Services At Federal Agencies And/or Large Companies (500+ Employees) In The Past 5 Years. warehouse Management what’s The Largest Warehouse Square Footage Managed, Duration, Customer Name, Contact Info, Contract Details (number, Value), And Service Description. project Planning & Facility Moves detail Experience Planning And Executing Small And Large Facility Moves (e.g., Disassembling/reassembling Furniture, It Equipment). provide Annual Move Count, If Applicable. government Office/material Moves experience With Government Office/material Moves (federal/state/local). provide Project Move Details: Customer Name, Contact Info, Contract Details (number, Value), And Description. document Destruction Services experience Performing Document Destruction For Federal Agencies Or Large Companies, Including Frequency And Customer Details. state Industry Certifications (if Any): Provider, Date, And Certification Details. sow Questions provide Questions You Have Regarding The Statement Of Work And/or Areas For Clarification. disclaimer the Government Will Not Reimburse Respondents For Any Costs Associated With Information Submitted In Response To The Ssn. Responders Are Solely Responsible For All Expenses Associated With Responding To This Ssn. responses To This Ssn Are Not Offers And Cannot Be Accepted By The Government For The Basis Of Forming A Binding Contract. This Ssn Is Being Issued Solely For The Purpose Of Gathering Information For Planning Purposes. This Ssn Does Not Commit The Government To A Contract For Any Supply Or Service. Furthermore, The Government Is Not At This Time Seeking Quotes And Will Not Accept Unsolicited Quotes. respondents To This Ssn May Be Requested To Provide Additional Information/details Based On Their Initial Submittals. The Government Reserves The Right To Select, One (1), Some, Or None Of The Submissions For Further Information. Vendors Who Submit Information In Response To This Ssn Do So With The Understanding That U.s. Government Personnel May Review Their Materials And Or Data. response Deadline responses Must Be Submitted In Writing By E-mail To Contracting Officer, Sheneil Green, At Sheneil.green@fda.hhs.gov, No Later Than January 23, 2025, 2024, 12:00 Pm Et. Questions Regarding This Ssn Must Be Submitted Via Email As Telephone Inquiries Willnotbe Addressed And Shallnotcontain Proprietary Or Classified Information.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Is No Commitment By The Government To Issue A Solicitation, Make Awards, Or Pay For Respondent's Expenditures Made In Response To This Notice. Interested Vendors Are Responsible For Monitoring This Notice For Any Subsequent Amendments. All Submissions Become Government Property And Will Not Be Returned. Any Solicitation Issued As A Result Of This Notice Will Be In A Separate Announcement. The Purpose Of This Notice Is To Survey Interest And Obtain Capability Statements From Industry. the U.s. Army Corps Of Engineers (usace) Baltimore District Requests Letters Of Interest From Qualified Small Businesses, 8(a)s, Hubzones, Wosb Or Sdv Interested In Performing Work On The Potential Debris Vessel Reynolds Maintenance, Chesapeake Bay, Maryland. by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Or Acquisition Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. this Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issuance Of An Rfp; Nor Does It Commit The Government To A Contract For Any Construction Requirements. Further, The Baltimore District (the Agency) Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Cost Associated With Responding To This Notice Will Be Solely At The Responding Party’s Expense. At This Time, Propriety Information Is Not Being Requested And Respondents Shall Refrain From Providing Propriety Information In Response To This Notice. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Any Is Issued. project Description the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit And Award For Debris Vessel Reynolds Maintenance Services Located Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries. contractor Is Responsible For Supplying All The Necessary Services, Equipment, And Equipment Materials To Perform All Maintenance And Repair Activities In The Scope Of Work. The Work May Include Welding Modifications/fabrications Which Shall Be Performed By A Certified Welder. All Electrical Work Shall Be Performed Under The Direct Supervision Of An American Boat And Yacht Council (abyc) Certified Marine Electrician. All Electrical Work Shall Meet Marine Standards With Materials Being “underwriters Laboratory (ul) Marine Listed”, American Bureau Of Shipping (abs) Classed, And U.s. Coast Guard (uscg) Accepted. All Paint Shall Be Marine Grade Paints/coatings. All Work Is To Be Completed To Meet Manufacturer Specifications And Installed Equipment Warranty Requirements. All Work Shall Meet The Environmental Protection Agency (epa) And U.s. Coast Guard Standards (u.s.c.g.). All Equipment And Work Shall Be Warranted To The Equipment Manufacturer’s Warranty Standards But No Less Than 12 Months From The Date Of Acceptance Of The Work. an Experienced Contractor With Resources And Expertise To Handle The Following Project Constraints Is Needed: The Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service Disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. the North American Industry Classification System (naics) Code For This Procurement Is 488390 – “other Support Activities For Water Transportation”. The Size Standard Is $47,000,000. capabilities Statement vendors Interested In The Potential Procurement Shall Submit A Brief Capabilities Statement No Longer Than Ten Pages. The Capabilities Statement Shall Include The Following: 1. Company Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code, And Uei Number. 2. Business Size In Relation To The Naics Code, Including Small Business Category As Applicable (e.g. Woman-owned Small Business, Service-disabled Veteran-owned Small Business, Etc.). 3. Information And Details Of Similar Projects To Include The Contract Values 4. Answers To The Questions Below: are You Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries.? are You Experienced In Doing Shipyard Repairs? are You Experienced In Fabricating And Welding? what Is Your Minimum Cost For Maintenance? where Is Your Maintenance Site Located? do You Have References? email Capabilities Statement To Angela Padua, Contract Specialist At Angela.s.padua@usace.army.mil And Sharon Alexander, Contracting Officer At Sharon.l.alexander@usace.army.mil No Later Than 2:00 Pm Eastern Time, January 31, 2025; Reference Sources Sought Number W912dr25x13z7. Submissions Will Be Shared With The Government Project Delivery Team, But Otherwise Will Be Held In Strict Confidence. No Feedback Or Evaluations Will Be Provided To Respondents Regarding Their Submissions. If You Have Any Questions, Contact Angela Padua By Email.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Sources Sought Notice sources Sought Announcement: This Is A Sources Sought Announcement Only , It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources-sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Sources Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Unique Entity Id (f) Cage Code (g) Tax Id Number (h) Type Of Business, E.g. Small Or Other, As Appropriate And (i) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below In Italics. the Greater Los Angeles Va Healthcare System (nmvahcs) Located At 11301 Wilshire Blvd. Los Angeles, Ca 90073 Is Seeking A Contractor To Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses And Other Related Costs For Preventive Maintenance Inspection (pmi) And Corrective Maintenance Services On The Government Owned Philips Imaging Equipment At The Participating Facilities Listed Herein Of The Veterans Integrated Service Network (visn) 22. Philips Imaging Equipment Are Used For An Array Of Patient Diagnostics, Including X-ray, Ct, And Ultrasound. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, And Replacement Of Worn And/or Defective Parts. The Above Shall Be Performed As Necessary As Required To Keep Equipment In Optimal Working Condition. This Refers To The Equipment Listed Below: ee# serial Number equipment 116066 453567088051-7276 big Bore Ct Scanner 125241 802215 digital Diagnost Single Detector X-ray 154355 13000111 digital Diagnost 3 X-ray 154511 14000114 digital Diagnost 3.1 X-ray 166652 16000286 digital Diagnost 4.1 X-ray 165714 16000218 digital Diagnost 4.1 X-ray 166653 16000287 digital Diagnost 4.1 X-ray 165713 16000203 digital Diagnost 4.1 X-ray 165360 16000121 digital Diagnost 4.1 X-ray 165359 16000141 digital Diagnost 4.1 X-ray 165358 16000125 digital Diagnost 4.1 X-ray 213432 22860037 digital Diagnost C90 X-ray 216990 usn22b1882 epiq Cvx Ultrasound 216989 usn22b1883 epiq Cvx Ultrasound 217898 usd22b1374 epiq Cvx Ultrasound 155041 us814b0073 epiq 7 Ultrasound 174331 uso17b0796 epiq 7 Ultrasound 175802 us118b1050 epiq 7 Ultrasound 175794 us118b1048 epiq 7 Ultrasound 175787 us118b1047 epiq 7 Ultrasound 162160 us615b0770 epiq 7 Ultrasound 175800 b2107d s7-3t Transducer 211456 f052p3 x8-2t Transducer 232836 f0d1xz x8-2t Transducer 215968 f05445 x8-2t Transducer 220474 f0186h x8-2t Transducer 229193 f0brlq x8-2t Transducer n/a n/a xper Witt Hemodynamic Monitoring System participating Facilities: va Greater Los Angeles Healthcare System 11301 Wilshire Blvd los Angeles, Ca 90073 va Greater Los Angeles Healthcare System Sepulveda Ambulatory Care Center 16111 Plummer St. sepulveda, Ca 91343 important Information: The Government Is Not Obligated To - Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources-sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 561720 ($22 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam). All Interested Offerors Should Submit Information By E-mail To David.odne@va.gov. All Information Submissions To Be Marked Attn: David Odne; Contract Specialist And Should Be Received No Later Than 11:00 Am Pacific Time On The Due Date Found On Page 1 Of This Sources Sought Notice.
Closing Date11 Feb 2025
Tender AmountRefer Documents 
6981-6990 of 8661 archived Tenders