Transportation Tenders

Transportation Tenders

U S CUSTOMS AND BORDER PROTECTION USA Tender

Others
United States
Details: Subject: Request For Quote (rfq) For Single Purpose Detection Canines For The Border Patrol Canine Academy (bpk9), El Paso, Tx quantity - 8 Canines the Department Of Homeland Security (dhs), U.s. Customs And Border Protection (cbp), Has An Anticipated Requirement For Obtaining Canines In Support Of U.s. Customs And Border Protection (cbp) Office Of Training And Development (otd). In Accordance With The Federal Acquisition Regulation (far) 12 And 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Will Make An Award Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Is The Most Advantageous To The Government. This Solicitation Is 100% Set Aside For Small Businesses.the North American Industry Classification System (naics) Code Is 112990 And Has A Size Standard Of $2.75m. The Solicitation Incorporates Provisions And Clauses In Effect Through The Federal Acquisition Circular (fac) 2024-05 Effective 05/22/2024. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. the Government Intends To Award A Firm-fixed- Price Purchase Order. this Is Not A Credit Card Purchase And Instructions Will Be Provided To The Awardee For Use Of System For Award Management / Ipp. attachment 1- Canine Statement Of Work.pdf refer To This Attachment For All Technical Requirements In Support Of This Effort. attachment 2- Additional Cbp Clauses refer To This Attachment For Additional Cbp Clauses That Will Be Incorporated To The Award. instructions For Quote Submission offerors Shall Complete Attachment 3- Canine Proposal Information.xlsx And Return To Cbp Via Email To David.d.williamson@cbp.dhs.gov. Quotes Shall Be Received No Later Than February 12th 2025, 10:0am Est, To David.d.williamson@cbp.dhs.gov. No Phone Inquiries Will Be Accepted, Any Questions Or Comments Must Be Submitted In Writing To The Contract Specialist No Later Than February 5th 2025@ 10:00am Est To The Email Provided In This Announcement. The Government Reserves The Right To Post Publicly All Questions And Answers. evaluation Of Quotes basis For Award: Cbp Intends To Make A Single Award From This Rfq. An Award Shall Be Made To The Best Value Quote Utilizing A Tradeoff Method Between Price And Non-price Factors, Determining The Quote Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. quotes Need To Be Submitted Via Email In The Following Format: subject Line Of Email Shall Read: Vendor Name, Pr Number (ex. Doug’s Dogs - Pr 20141111) And Accompanied With Completed Attachment 3- Canine Proposal Information.xlsx failure To Provide The Requested Information As Stated Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. The Contracting Officer May Issue A Purchase Order To Other Than The Lowest Priced Quoter. The Government May Award A Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government With Price And Other Non-price Factors Considered. quotes Will Be Evaluated In The Following A Phased Approach, With Phase I Being Pass/fail, Phase Ii Being Trade-off, And Phase Iii Being A Pass/fail Technical Evaluation Of Canines Brought To Cbp For Physical Inspection Against The Requirements Established In Attachment 1. phase I this Phase Will Be Pass/fail. Quotes Will Be Evaluated Based On The Following Factors: factor 1: Breed Conformance- Offerors Quoting Breeds Other Than Those Specified In The Statement Of Work Will Fail This Factor And Be Removed From Further Consideration For Award. Offerors Quoting Breeds That Matches Those Identified In The Statement Of Work Will Pass. factor 2: Availability Date- Offerors Quoting An Availability Date Longer Than 60 Days From Estimated Notice To Proceed Date (see Bottom Of This Announcement For Date) Will Fail This Factor And Be Removed From Further Consideration For Award. Offerors Quoting An Availability Date 60 Days Or Sooner From Estimated Notice To Proceed Date Will Pass This Evaluation Factor. any Offeror Who Fails Either Of The Factors In Phase I Will Be Removed From Consideration For Award And Will Not Be Evaluated As Part Of Phase Ii. phase Ii upon Removal Of Offerors That Fail Either Of The Phase I Factors, This Phase Will Rank Offerors Based On A Trade-off The Following Non-price And Price Factors, Listed In The Order Of Importance: factor 3: Open Order/active Notice To Proceed- Higher Preference Will Go To Those Offerors Who Have No Open Cbp Canine Orders Where Delivery Is Not Yet Fully Complete Or Open Notices To Proceed (i.e., Offeror Obligated To Provide Canines Under Existing Order Or Recently Authorized To Provide Canines For Medical, Physical & Behavioral Evaluation Within The Last 60 Days). Lower Preference Will Go To Those Offerors Who Have Open Cbp Orders Or Notices To Proceed. factor 4: Past Performance- After Consideration Of Factor 3, Higher Preference Will Go To Those Offerors Who Have Successful Past Performance Providing Canines To Cbp. Offerors Who Have Failed To Deliver Sufficient Number Of Acceptable Canines Under Previously Cbp Issued Orders Or Notices To Proceed Dating Back To Previous Three (3) Years Will Be Given Lower Priority. Offerors Who Have Succeeded In Delivering Acceptable Quantities And Quality Of Canines Under Previous Cbp Orders Will Be Given Higher Priority. factor 5: Price- After Consideration Of Factor 3 & 4, The Government Will Consider Price. For Offerors Of Similar Rankings In Terms Of Factors 3 & 4, Price Will Become More Of A Consideration In Determining The Offeror Issued A Notice To Proceed For Phase Iii Evaluation. phase Iii factor 6: Canine Evaluation- Upon Completion Of Evaluation Of Phase Ii, The Top-ranked Offeror Will Be Issued A Notice To Proceed (ntp). The Ntp Will Require The Offeror To Deliver The Required Number Of Quoted Canines To The Location Identified At The Bottom Of This Announcement For Medical, Physical & Behavioral Evaluation As Identified In Section 3 Of Attachment 1- Statement Of Work. The Contractor Is Responsible For All Transportation Arrangements For Shipment And Retrieval And Costs Associated With Those Shipment And Retrieval Of The Canine(s). award Decision if At Least One (1) Of The Delivered Canines Are Determined Acceptable Per The Requirements Established In Section 3 Of Attachment 1- Statement Of Work, The Offeror Will Pass Factor 6 And Cbp Will Proceed To Issue A Purchase Order For The Full Quantity Of Required Canines Established In The Rfq To The Offeror Issued The Ntp At The Total Price Quoted In Attachment 3. All Other Offerors Evaluated In Phase Ii Will Be Notified Of An Unsuccessful Quote. Any Canine(s) That Fail To Pass The Requirements Or Medical, Physical & Behavioral Evaluation Performed By Cbp Will Not Be Accepted, And The Contractor Shall Bear All Expenses Associated With The Return Of The Canine To The Contractor’s Site Within 7-days After Receiving Notification. Cbp Will Not Be Responsible For The Disposition Of Canines That Have Not Passed All Phases Of Selection. The Vendor Is Responsible To Remove The Canines From Cbp Location Within 7 Days Of Notification To Do So. Replacement Canines May Be Presented Per Attachment 1- Statement Of Work, Section 2(b). should No Canines Presented By The Offeror Issued The Ntp Pass The Requirements Or Medical, Physical & Behavioral Evaluation Performed By Cbp, The Offeror Will Fail This Phase, The Quote Will Be Determined Unacceptable, And The Presented Canine(s) Will Be Returned To The Offeror, Who Shall Bear All Expenses Associated With The Return Of The Canine(s) To The Contractor’s Site Within 7-days After Receiving Notification. Cbp Then Intends To Issue A Ntp To The Next Ranked Offeror From Phase Ii, And The Process Repeats Until A Quote Passes Factor 6. This Process Will Continue Until No Phase Ii Offerors Remain. If No Phase Ii Offeror Passes Factor 6, Cbp Intends To Cancel The Rfq. delivery Location: us Customs And Border Protection 11617 Iron Soldiers Way el Paso, Tx 79906 estimated Notice To Proceed Issuance Date: february 19th 2025
Closing Date12 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. funds Are Not Presently Available For This Requirement But The Government Expects Funding To Be Made Available No Later Than 7 Days Prior To The Performance Date Of The Contract Awarded From This Solicitation. Apparent Awardee Must Accept A Letter Of Intent To Guarantee Performance Until Funding Is Made Available. 1. The Solicitation Number Is Fa4861-25-sec. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-06, Dated 29 August 2024. 3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 334519 With A Small Business Size Standard Of 600 Employees. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line Item Number (clin) Structure Is As Follows: Clin 0001 – Security Equipment Iaw Sow [qty.: 1 Lot] 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachment 1 – Statement Of Work For Specifications, Descriptions, And Additional Information. a. Period Of Performance 02 Apr 2025 – 06 Apr 2025 b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023) requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. site Visit. A Site Visit Will Be Held At Nellis Afb, Nv In Building 588 On Friday, 13 December 2024, At 0900 Pdt. Please Rsvp No Later Than Thursday, 12 December, At 1400 Pdt. Send An Rsvp Email To Sra Carlos Burnes At Carlos.burnes@us.af.mil And Tsgt David Kim At David.kim.18@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 0800 Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Identification, Proof Of Insurance And Car Registration]. questions And Answers. All Questions Must Be Submitted Via Email To Sra Carlos Burnes At Carlos.burnes@us.af.mil. The Deadline For Submitting Questions Is Friday, 27 December 2024, At 1200 Pst. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Tuesday, 31 December, At 1600 Pst. quote Due Date. Quotes Are Due Friday, 03 January 2025, At 1600 Pst. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Carlos Burnes At Carlos.burnes@us.af.mil. (end Of Provision) far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated. technical Acceptable/unacceptable Ratings--- acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments. unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments. (end Of Provision) far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/ (end Of Clause) provisions And Clauses Incorporated By Reference far 52.204-7 System For Award Management (oct 2018) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023) far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (may 2024) far 52.219-1 - Small Business Program Representations (feb 2024) far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.247-7023 Transportation Of Supplies By Sea (jan 2023) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments
Closing Date31 Jan 2025
Tender AmountRefer Documents 

U S CUSTOMS AND BORDER PROTECTION USA Tender

Others
United States
Details: Subject: Request For Quote (rfq) For Single Purpose Detection Canines For The Border Patrol Canine Academy (bpk9), El Paso, Tx quantity - 10 Canines the Department Of Homeland Security (dhs), U.s. Customs And Border Protection (cbp), Has An Anticipated Requirement For Obtaining Canines In Support Of U.s. Customs And Border Protection (cbp) Office Of Training And Development (otd). In Accordance With The Federal Acquisition Regulation (far) 12 And 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Will Make An Award Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Is The Most Advantageous To The Government. This Solicitation Is 100% Set Aside For Small Businesses.the North American Industry Classification System (naics) Code Is 112990 And Has A Size Standard Of $2.75m. The Solicitation Incorporates Provisions And Clauses In Effect Through The Federal Acquisition Circular (fac) 2024-05 Effective 05/22/2024. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. the Government Intends To Award A Firm-fixed- Price Purchase Order. this Is Not A Credit Card Purchase And Instructions Will Be Provided To The Awardee For Use Of System For Award Management / Ipp. attachment 1- Canine Statement Of Work.pdf refer To This Attachment For All Technical Requirements In Support Of This Effort. attachment 2- Additional Cbp Clauses refer To This Attachment For Additional Cbp Clauses That Will Be Incorporated To The Award. instructions For Quote Submission offerors Shall Complete Attachment 3- Canine Proposal Information.xlsx And Return To Cbp Via Email To David.d.williamson@cbp.dhs.gov. Quotes Shall Be Received No Later Than February 12th 2025, 10:0am Est, To David.d.williamson@cbp.dhs.gov. No Phone Inquiries Will Be Accepted, Any Questions Or Comments Must Be Submitted In Writing To The Contract Specialist No Later Than February 5th 2025@ 10:00am Est To The Email Provided In This Announcement. The Government Reserves The Right To Post Publicly All Questions And Answers. evaluation Of Quotes basis For Award: Cbp Intends To Make A Single Award From This Rfq. An Award Shall Be Made To The Best Value Quote Utilizing A Tradeoff Method Between Price And Non-price Factors, Determining The Quote Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. quotes Need To Be Submitted Via Email In The Following Format: subject Line Of Email Shall Read: Vendor Name, Pr Number (ex. Doug’s Dogs - Pr 20141111) And Accompanied With Completed Attachment 3- Canine Proposal Information.xlsx failure To Provide The Requested Information As Stated Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. The Contracting Officer May Issue A Purchase Order To Other Than The Lowest Priced Quoter. The Government May Award A Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government With Price And Other Non-price Factors Considered. quotes Will Be Evaluated In The Following A Phased Approach, With Phase I Being Pass/fail, Phase Ii Being Trade-off, And Phase Iii Being A Pass/fail Technical Evaluation Of Canines Brought To Cbp For Physical Inspection Against The Requirements Established In Attachment 1. phase I this Phase Will Be Pass/fail. Quotes Will Be Evaluated Based On The Following Factors: factor 1: Breed Conformance- Offerors Quoting Breeds Other Than Those Specified In The Statement Of Work Will Fail This Factor And Be Removed From Further Consideration For Award. Offerors Quoting Breeds That Matches Those Identified In The Statement Of Work Will Pass. factor 2: Availability Date- Offerors Quoting An Availability Date Longer Than 60 Days From Estimated Notice To Proceed Date (see Bottom Of This Announcement For Date) Will Fail This Factor And Be Removed From Further Consideration For Award. Offerors Quoting An Availability Date 60 Days Or Sooner From Estimated Notice To Proceed Date Will Pass This Evaluation Factor. any Offeror Who Fails Either Of The Factors In Phase I Will Be Removed From Consideration For Award And Will Not Be Evaluated As Part Of Phase Ii. phase Ii upon Removal Of Offerors That Fail Either Of The Phase I Factors, This Phase Will Rank Offerors Based On A Trade-off The Following Non-price And Price Factors, Listed In The Order Of Importance: factor 3: Open Order/active Notice To Proceed- Higher Preference Will Go To Those Offerors Who Have No Open Cbp Canine Orders Where Delivery Is Not Yet Fully Complete Or Open Notices To Proceed (i.e., Offeror Obligated To Provide Canines Under Existing Order Or Recently Authorized To Provide Canines For Medical, Physical & Behavioral Evaluation Within The Last 60 Days). Lower Preference Will Go To Those Offerors Who Have Open Cbp Orders Or Notices To Proceed. factor 4: Past Performance- After Consideration Of Factor 3, Higher Preference Will Go To Those Offerors Who Have Successful Past Performance Providing Canines To Cbp. Offerors Who Have Failed To Deliver Sufficient Number Of Acceptable Canines Under Previously Cbp Issued Orders Or Notices To Proceed Dating Back To Previous Three (3) Years Will Be Given Lower Priority. Offerors Who Have Succeeded In Delivering Acceptable Quantities And Quality Of Canines Under Previous Cbp Orders Will Be Given Higher Priority. factor 5: Price- After Consideration Of Factor 3 & 4, The Government Will Consider Price. For Offerors Of Similar Rankings In Terms Of Factors 3 & 4, Price Will Become More Of A Consideration In Determining The Offeror Issued A Notice To Proceed For Phase Iii Evaluation. phase Iii factor 6: Canine Evaluation- Upon Completion Of Evaluation Of Phase Ii, The Top-ranked Offeror Will Be Issued A Notice To Proceed (ntp). The Ntp Will Require The Offeror To Deliver The Required Number Of Quoted Canines To The Location Identified At The Bottom Of This Announcement For Medical, Physical & Behavioral Evaluation As Identified In Section 3 Of Attachment 1- Statement Of Work. The Contractor Is Responsible For All Transportation Arrangements For Shipment And Retrieval And Costs Associated With Those Shipment And Retrieval Of The Canine(s). award Decision if At Least One (1) Of The Delivered Canines Are Determined Acceptable Per The Requirements Established In Section 3 Of Attachment 1- Statement Of Work, The Offeror Will Pass Factor 6 And Cbp Will Proceed To Issue A Purchase Order For The Full Quantity Of Required Canines Established In The Rfq To The Offeror Issued The Ntp At The Total Price Quoted In Attachment 3. All Other Offerors Evaluated In Phase Ii Will Be Notified Of An Unsuccessful Quote. Any Canine(s) That Fail To Pass The Requirements Or Medical, Physical & Behavioral Evaluation Performed By Cbp Will Not Be Accepted, And The Contractor Shall Bear All Expenses Associated With The Return Of The Canine To The Contractor’s Site Within 7-days After Receiving Notification. Cbp Will Not Be Responsible For The Disposition Of Canines That Have Not Passed All Phases Of Selection. The Vendor Is Responsible To Remove The Canines From Cbp Location Within 7 Days Of Notification To Do So. Replacement Canines May Be Presented Per Attachment 1- Statement Of Work, Section 2(b). should No Canines Presented By The Offeror Issued The Ntp Pass The Requirements Or Medical, Physical & Behavioral Evaluation Performed By Cbp, The Offeror Will Fail This Phase, The Quote Will Be Determined Unacceptable, And The Presented Canine(s) Will Be Returned To The Offeror, Who Shall Bear All Expenses Associated With The Return Of The Canine(s) To The Contractor’s Site Within 7-days After Receiving Notification. Cbp Then Intends To Issue A Ntp To The Next Ranked Offeror From Phase Ii, And The Process Repeats Until A Quote Passes Factor 6. This Process Will Continue Until No Phase Ii Offerors Remain. If No Phase Ii Offeror Passes Factor 6, Cbp Intends To Cancel The Rfq. delivery Location: us Customs And Border Protection 11617 Iron Soldiers Way el Paso, Tx 79906 estimated Notice To Proceed Issuance Date: february 19th 2025
Closing Date12 Feb 2025
Tender AmountRefer Documents 

Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure Tender

Civil And Construction...+1Bridge Construction
Canada
Purchaser Name: Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure | Rfq - Twinning Of Segments Of The Trans-canada Highway
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure Tender

Civil And Construction...+1Civil Works Others
Canada
Purchaser Name: Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure | Storm Damage Repairs At Various Locations On The Bonavista Peninsula
Closing Date13 Jan 2025
Tender AmountRefer Documents 

POLATLI IMAR FUEL TRANSPORTATION AND TRADE CO. LTD. Tender

Civil And Construction...+1Others
Turkey
Purchaser Name: POLATLI IMAR FUEL TRANSPORTATION AND TRADE CO. LTD. | Polatlı İmar Yağlı Nakliyat Ltd. Tic Şti. Procurement of Workplace Physician Services for the Purpose of Providing Occupational Health and Safety Services for Personnel Working in All Units.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. Tender

Civil And Construction...+1Others
Turkey
Purchaser Name: TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. | Sand Supply System Installation Will Be Done
Closing Date20 Jan 2025
Tender AmountRefer Documents 

TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. Tender

Civil And Construction...+1Civil Works Others
Turkey
Purchaser Name: TCDD Transportation A.S. ANKARA TECHNICAL SERVICES SERVICE MUD. | Personnel Accommodation Service Will Be Received
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure Tender

Environmental Service
Corrigendum : Closing Date Modified
Canada
Purchaser Name: Government Of Newfoundland And Labrador Gnl Transportation & Infrastructure | Environmental Site Assessment, Former Grace Hospital Site, St. John's, Nl
Closing Date16 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Chemical Products
United States
Description: Contact Information|4|n744.2|crl|717-605-1332|naryan.smith.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| inspection And Acceptance Of Supplies|26|x|||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| transportation Of Supplies By Sea (oct 2024)|2||| option For Increased Quantity (mar 1989)|1|| option For Increased Quantity--separately Priced Line Item (mar 1989)|1|| limitation Of Liability--high-value Items ($100k)(feb 1997)|1|| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|334511|850|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|do|| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. 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 Methods Suchas Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 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 Shall Be A Rated Order. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation. 7. The Government Retains The Option To Order An Additional Quantity Up To 100% Of This Order For 180 Days Aro At The Same Price. The Government May Choose To Exercise This Option Or Not. 8. Government- Inspection And Acceptance (g-s I&a) Is Required. If The G-s I&a Will Occur At A Different Cage From The Admin Award Cage, Please Provide The Procurement Facility Cage And/or Packaging Cage With The Quote. 9. Please Provide The Following Information In The Procurement Quote: Your Cage (used As The Awardee Cage):___________________ The Unit Procurement Price: $____________________________________ the Procurement Cage _____________ And Packaging Cage___________ (as Described In #2). procurement Acquisition Time, Delivered In _____ Days. note To Distributors/dealers: if You Are A Distributor, Your Quotation Must Be Accompanied With A Letter From The Actual Manufacturer Indicating That You Are An "authorized" Distributor. if You Are A Dealer, Your Quotation Must Be Accompanied With A Statement Clearly Identifying Your Firm As A Dealer Along With The Oem's Name/cage Code And P/n That You Intend On Providing. please Note The Following When Generating Your Quote: We Are Requesting That The Quote's Validity Extend For 8 Months From The Submitted Proposal Date. 10. Since There Is Only One Business Concern Capable Of Procurement On This Nsn, The Small Business Set-aside Requirement Has Been Dissolved. 11. Please Submit A Procurement Quote To Naryan Smith Via Email: Naryan.smith.civ@us.navy.milthis Is The Only Submission Method Authorized. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cover,protective,to . 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 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 Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=2048297 |10001| H|fn |d|0001 | H|49998|0212701 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Cage Code/reference Number Items - The Cover,protective,to Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;10001 2048297; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize This If Desired.; 4.3 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. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
Closing Date3 Feb 2025
Tender AmountRefer Documents 
7361-7370 of 7690 archived Tenders