Transportation Tenders

Transportation Tenders

DEPT OF THE ARMY USA Tender

Security and Emergency Services
United States
Details: Electronic Security Systems (ess) Maintenance the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million. we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response. description Of The Requirement: this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded. the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract. fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture. the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws). information Sought By The Government: company Information: company Name address point Of Contact telephone Number e-mail Address business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code. if Your Company Is Currently Registered In System For Award Management (sam). information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Dolores National High School Tender

Machinery and Tools
Philippines
Details: Description Page 1 Of 3 Department Of Education Region Viii, Division Of Eastern Samar Dolores National High School Barangay 9, Reynaldo Street Dolores, Eastern Samar January 23, 2025 Business Name Philgeps Reg. No. Adress Contact No. Tin Non-vat Vat Request For Quotation Rfq# 2025-01-007 Supply And Delivery Of Brass Cutter Sir/ma’am: The Dolores National High School, Through Its Bids And Awards Committee, Requests Your Price Quotation For The Items Specified Herein ,taking Into Consideration The Following Terms And Conditions 1. Quotation Submission Deadline: January 27, 2025 2. Quotation Opening Date & Time: January 27, 2025 - 9:00 Am 3. Place Of Delivery/installation: Dolores National High School 4. Delivery Period/duration: Upon Receipt Of The Notice To Proceed 5. Price Validity Period: 30 Calendar Days 6. Approved Budget For The Contract (abc): P38,500.00 (thirty Eight Thousand Five Hundred.) 7. Evaluation Of Bids: Bids Will Be Evaluated On A Per- Lot Basis. 8. Submission Requirements: Suppliers/contractors Must Submit A Copy Of Their Updated Mayor’s/business Permit And Provide Their Philgeps Registration Number Or A Copy Of Their Philgeps Certificate Along With The Duly Completed Request For Quotation (rfq) In A Sealed Long Brown Envelope, Either Manually/on-site Or Through Courier. The Following Documents Must Also Be Submitted Prior To The Award: • (1) Income/business Tax Return (for Abcs Above ₱500,000) • (2) Omnibus Sworn Statement (for Abcs Above ₱50,000) 9. Accuracy Of Information: Suppliers/bidders Must Provide Accurate Information Required In This Form, Supported By The Following Documents. 10. Tie- Breaking Procedure: In Cases Where Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lcrb, Dnhs Will Employ The Draw Lots Method As Per Gppb Circular 06- 2005 To Break The Tie And Determine The Winning Bidder. 11. Validity Of Interlineations: Any Interlineations, Erasures, Or Overwriting Must Be Signed Or Initialed By The Supplier Or Their Duly Authorized Representative(s) To Be Valid. 12. Price Quotation: Quotations Must Be Denominated In Philippine Pesos And Inclusive Of All Applicable Taxes For Materials And Supplies. 13. Budget Compliance: Quotations Exceeding The Approved Budget For The Contract Will Be Automatically Rejected. 14. Award Of Purchase Order/contract: The Purchase Order/contract Shall Be Awarded To The Lowest Quotation That Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 15. Inspection And Payment: Delivered Items Are Subject To Inspection, And Payment Processing Will Commence Only After Acceptance By The Dnhs Property And Supply Unit. 16. Payment Terms: Payment Shall Be Made Through Land Bank’s Lddap-ada (list Of Due And Demandable Accounts Payable-advice To Debit Account) Or Bank Transfer Facility. Account Details Must Be Provided. 17. Delivery Costs: The Supplier Shall Bear All Delivery Costs, Including Transportation Expenses, And Assume All Risk Until The Goods Are Delivered To Dolores National High School. 18. Payment Conditions: Payment Shall Be Made After Delivery And Upon Submission Of The Required Supporting Documents (e.g., Order Slip And/or Billing Statement). Terms Of Payment Are Within 28 To 60 Calendar Days From The Date Of Acceptance. 19. Liquidated Damages: Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Contract Shall Be Rescinded Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, Without Prejudice To Other Available Remedies. __________________________ In Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. Page 2 Of 3 Product Specifications: Model: Umk435t U2st Engine: 35cc, 4-stroke, Ohc, Single Cylinder Power Output: 1.0 Kw (1.4 Ps) @ 7,000 Rpm Torque: 1.6 N-m (0.16 Kgf-m, 1.2 Lbf-ft) @ 5,500 Rpm Blade Cutter Type: 2-teeth Blade Cutter, 305 Mm Diameter Maximum Engine Speed: 5,250 Rpm Fuel Consumption: 360 G/kwh Fuel Tank Capacity: 0.65 Liters Dimensions: 1,928 X 637 X 444 Mm Weight: 7.49 Kg Starting System: Recoil Starter Ignition System: 27° B.t.d.c (fixed) Oil Capacity: 0.1 Liters Air Cleaner Type: Semi-dry Type Authentication Requirements: 1. Serial Number Verification: The Bidder Must Provide The Serial Number Of The Brush Cutter For Verification Purposes. The Serial Number Should Be Clearly Visible And Correspond With The Official Records Of The Manufacturer. 2. Official Documentation: Include User Manual, Warranty Card, And Certificate Of Authenticity. 3. Warranty: Must Come With A Valid Warranty. Page 3 Of 3 After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Unit Brass Cutter 2 ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es.
Closing Date27 Jan 2025
Tender AmountPHP 38.5 K (USD 656)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: ****revised To Add Attachment 3 - Wing Boat Specs*** ****clarification: The Rental Time Frame Is 11 Days Iaw Performance Work Statement*** 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, Following Far 13 Simplified Acquisition Procedures, 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. 1. The Solicitation Number Is F3g5ba4330al02. This Solicitation Is Issued As A Request For Proposal (rfp). A Firm Fixed Price Type Contract Will Be Awarded. 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-01 November 12, 2024 3. This Combined Synopsis/solicitation Is Being Issued As A Total Small Business Set-aside, And The Associated Naics Code Is 483112: Deep Sea Passenger Transportation, And A Small Business Size Standard Of 1500 Employees. 4. Below Is The Contract Line-item Number (clin) Breakdown: clin 0001 – 2 Charted Vessels With Crew, Food, And Services. Iaw Attachment 1 - Pws – Chartered Vessels. 5. Description Of Services: The Contractor Shall Provide 2 Vessels. Vessels Will Have Appropriately Licensed Crews For 11 Days Of Operation, Loitering For 5-days Approximately 270nm-315nm Off The Coast Of San Diego. Vessels Crew Will Control Vessel Operations And Oversee Logistics For Wing-boat Hoisting. Crew Members Will Not Require Any Special Security Clearances. Vessels Must Have Birthing For 20 Members Acting In A Training Capacity. Must Be Equipped With An A-frame Hoisting System Capable Of Loading/offloading 2x Wing-boats With Personnel. Must Have Commercial Internet Available. The Vessels Shall Arrive At The Designated Points Prior To Scenario 1 And Maintain Station Throughout Scenario Executions. Vessels Shall (safety Permitting), Respond To Requests From The Special Warfare White Cell Leads On Board To Alter Course Or Speed Within The Vessel's Capabilities During The Operating Window To Aid Any Real-world Events Stemming From Possible Exercise Mishaps Within Reasonable Travel Distance. please See “attachment 1 – Pws – Chartered Vessels” For More Information. 6. Period Of Performance: 07 February 2025 – 21 February 2025 7. Place Of Performance: San Diego, Ca Iaw Pws 8. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors—commercial Products And Commercial Services (sep 2023) requirements. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Taxpayer I.d. No., Payment Terms, Discount Terms, Offerors Reps And Certs, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. Iaw Far 52.204-7 And 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. To Ensure Your Quote Along With Any And All Attachments Are Received, Attachment(s) Must Be Less Than 10 Mb [in Total]. 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. (1) Far 52.212-1, Paragraph (b)(8), Is Changed To Read: (8) Offerors Must Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer. (2) Far 52.212-1, Paragraph (c), Is Changed To Read: (c) Period For Acceptance Of Offers. The Offeror Agrees To Hold Prices In Its Offer Firm For 90 Calendar Days From The Date Specified For Receipt Of Offers. (3) To Be Considered For This Requirement, The Offer Must Complete The Price Sheet. Fully Complete The Pricing On Each Clin As Required. The Contractor Shall Fill Out A Unit Price, The Extended Price And A Total Price For All Clins. Please Ensure That All Prices, Extended Prices And Total Prices Are Checked And Verified For Accuracy. Do Not Go Two (2) Digits Beyond The Decimal Point. (4) In Accordance With Far Part 9, Contractor Qualifications, The Government Has A Right To Retrieve Past Performance Information Through The Government’s Past Performance Databases, Federal Awardee Performance Integrity Information System (fapiis) And Past Performance Information Retrieval System (ppirs). Any Active Exclusions Will Deem The Contractor Non-responsible, Therefore, The Offeror Will Not Be Eligible For Contract Award. an Offeror Determined To Have An Unsatisfactory Performance Record Will Be Determined Non-responsible, Therefore, The Offeror Will Not Be Eligible For Contract Award. 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 Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. questions Due Date. Questions Are Due On Thursday, 09 January 2024 At 10:00am Pdt. offer Due Date. Offers Are Due On Wednesday, 15 January 2025 At 10:00am Pdt. only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Acceptable Proposal Formats Include Adobe Pdf, Excel And Microsoft Word, All Other Formats Cannot Be Opened And Will Be Considered Nonresponsive. Submit Questions And Offers To Amn Mia Webb At Mia.webb@us.af.mil And Rachel Tilley At Rachel.tilley.1@us.af.mil. Please Include The Solicitation Number, F3g5ba4330al02, In The Subject Line Of The Email To Ensure Prompt Receipt Of Your Offer. (end Of Provision) deliverables: At A Minimum, Offerors Shall Provide The Following With Their Proposal: a. Proposal Including Pricing Iaw Performance Work Statement (pws) b. Chartered Vessels Spec Sheet
Closing Date15 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Request For Information (rfi)/sources Sought sources Sought Description this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.) please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described In The Attached Sow. Please Provide Your Uei Number. the Department Of Veterans Affairs (va), Visn 16 Network Contracting Office, Is Seeking Sources That Can Provide The Following: durable/ Home Medical Equipment/accessories (dme/hme) Services To Provide All Necessary Labor, Facilities, Pick-up And Delivery, Set-up, Disassembly, Storage, Repairs, And Inventory Management Of Va Owned Equipment. Multiple Resource Use Specific To Repair Of Mobility Devices (e.g. Manual Wheelchairs, Power Chairs, And Scooters): the Facility Is Located At: southeast Louisiana Veterans Healthcare System 2400 Canal Street new Orleans, La 70119 scope Of Work: Contractor Shall Provide Delivery And Pick-up, Receiving, Storage, Set-up, Assembly, Take-down, Disassembly, Installation, Instructions, Sanitizing, Repair, And Maintenance Of Va Owned Dme/hme To Eligible Veterans/caregivers As Required By The Va repair Of Mobility Devices (e.g., Manual Wheelchairs, Power Wheelchairs And Scooters). Services Provided Shall Be All Inclusive Of Deliveries And Transportation To Include Set-up/delivery Of Equipment And Related Accessories, Safety Inspections, And In-service Training (non-clinical) For Veterans On Equipment Functionality.â  In Accordance With Sound Industry Practice, And The Terms And Conditions Of The Contract, Contractor Shall Be Responsible For The Proper Care, Maintenance, And Use Of Government-owned Dme/hme In Its Possession Or Control From The Time Of Receipt Until Properly Relieved Of Responsibility.â  The Removal Of Government-owned Dme/hme To Storage, Or Its Contemplated Transfer, Does Not Relieve Contractor's Responsibility. deliveries And/or Pick-ups Shall Be Made At Such Times And In Such Quantities As Specified By The Contracting Officer, Contracting Officer Representative (cor) And/or The Purchasing Agent. contractor Shall Furnish Durable Medical/ Home Medical Equipment (dme/hme) And/or Accessories Necessary To Provide Dme/hme Services To Eligible Veterans Under The Jurisdiction Of The Primary Service Area Of The Slvhcs, In The Veteran S/caregiver S Homes Or Other Designated Points In Accordance With Standards Established By The Joint Commission For Home Care Through Reissue Of Equipment And/or Accessories For Which Contractor Has Provided Pick-up, Repair, Cleaning, And Storage. durable Medical Equipment And/or Accessories Necessary To Provide Dme/hme Shall Only Be Provided (setup) Based On An Assessment Of The Veteran And An Order (prescription) By A Vamc Health Care Provider. Each Dme/hme Task Order Shall Be Individually Requested Through A Prosthetic Purchase Order On An Individual Veteran Basis. contractors Must Meet The Joint Commission Standards Or Equivalent Body (which Meets Or Exceeds Tjc Accreditation) For Services Provided Under The Contract. Throughout The Contract, Contractor Shall Be Able To Consistently Perform Services At Or Above The Standards Set By The Joint Commission. The Joint Commission Standards Can Be Found At Http://www.jointcommission.org/. if Contractor Is Surveyed During The Contract Term By Any Accreditation Body, They Shall Notify The Cor Or Designee In Writing Of Survey Dates And Outcomes. If Any Accreditation Is Revoked Or Local, State, Or Federal Citations Received During The Performance Period Covered By The Contract Contractor Shall Notify The Cor Or Designee Within Three (3) Business Days Of The Citation. for This Performance Work Statement (pws), The Normal Delivery Or Service Area Is Considered To Cover The Counties/parishes Serviced By The Southeast Louisiana Veterans Healthcare System (slvhcs) And Its Affiliated Community Based Outpatient Clinics (cbocs). if You Are Interested, And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: responses To This Notice Shall Be Submitted Via Email To Kimberly Anderson At Kimberly.anderson6@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5, 2025 At 3:00 Pm Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Responses. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Responses To This Notice Shall Not Be Considered A Response To A Solicitation. Determination By The Government Not To Compete The Proposed Procurement Is Solely Within The Discretion Of The Government If It Is Determined That It Is In Their Best Interest To Do So.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Department Of Social Welfare And Development Region Xii Tender

Others
Philippines
Details: Description Request For Quotation Rfq No. 2025-02-0056 Date: February 14, 2025 Company/business Name: ____________________________________________________ Address: __________________________________________________________________ Business/mayor’s Permit No.:__________________________________________________ Tin: ______________________________________________________________________ Philgeps Registration Number (required) ________________________________________ The Department Of Social Welfare Development Field Office Xii (dswd Fo Xii), Through Its Bids And Awards Committee (bac), Intends To Procure Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Through Section 53.9 Small Value Mode Of Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot No. Description Approved Budget For The Contract (abc) 1 Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony ₱112,500.00 Interested Service Providers Shall Submit A Quotation For The Above Enumerated Lots Or Items, And Evaluation, Including Award Of Contract, Will Be Undertaken On Per Total Quoted. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before, 9:30 Am Of 18 February 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Ms. Jackiya A. Lao Chairperson, Bids And Award Committee Dswd Xii, Regional Center, Brgy. Carpenter Hills, City Of Koronadal, South Cotabato Telephone No.: (083)-228-8637 Email: Procurement.fo12@dswd.gov.ph Interested Service Provider Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Copy Of Mayors/business Permit; B. Copy Of Philgeps Certificate; C. Copy Of Registration Certificate From Sec, Dti, Or Cda Or Its Equivalent; D. Copy Of Bir Certificate Of Registration; And E. Omnibus Sworn Statement (for Abc Above P50,000.00) For Any Clarification, You May Contact The Bac Secretariat At (083)-228-8637 Or Send Email To Procurement.fo12@dswd.gov.ph. Abdulqudduz R. Barambangan Procurement Head After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Minimum Technical Specifications Offered Technical Specification/ Service Statement Of Compliance (“comply” Or “not Comply” Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Requirements: 1 Catering Services (1 Meal And 1 Snack) For 150 Pax Specifications: A. Meal Requirements: 1. (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle/glass. 2. (buffet Lunch) 4 Viands With Rice, Dessert, Soup, And Cold Beverage In Can/glass/bottle *choice Of Viands: Fish, Beef, Chicken, And Vegetable *strictly No Pork Menu *menu Will Be Based On End User's Preference B. Inclusive Of Venue Set Up 1. Complete Set-up With Tables And Chairs With Cover (with Atleast 100 Chairs And 15 Tables) 2. Buffet Set-up 3. With Separate Vip Tables 4. Use Of Complete Set Of Utensils 5. With At Least Two (2) Standby Waiters Delivery Term: Within The Month Of February, As Per Schedule Place Of Delivery/venue: "rscc Building Prk. Nursery, Brgy. Maibo, Tantangan, So. Cot " Financial Offer: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Approved Budget For The Contract Offered Quotation One Hundred Twelve Thousand And Five Hundred Pesos Only (₱112,500.00) In Words: ________________________________________________ In Figures: ______________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ______________________ Signature Over Printed Name _______________________ Position/designation _______________________ Tel./fax/mobile No. _______________________ Email Address/es Canvassed By: Certified As To Propriety Of The Canvassing: ____________________ _______________________________ (signature Over Printed Name) Abdulqudduz R. Barambangan Procurement Head Price Schedule For Goods Offered For Catering Services For Ribbon Cutting Ceremony Of Rscc Inauguration Ceremony Name Of Bidder ______________________________________________ Rfq No. _____________________ Page ___of___ 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Catering Services (1 Meal And 1 Snack) Specifications: A. Meal Requirements: 1. (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle/glass. 2. (buffet Lunch) 4 Viands With Rice, Dessert, Soup, And Cold Beverage In Can/glass/bottle *choice Of Viands: Fish, Beef, Chicken, And Vegetable *strictly No Pork Menu *menu Will Be Based On End User's Preference B. Inclusive Of Venue Set Up 1. Complete Set-up With Tables And Chairs With Cover (with Atleast 100 Chairs And 15 Tables) 2. Buffet Set-up 3. With Separate Vip Tables 4. Use Of Complete Set Of Utensils 5. With At Least Two (2) Standby Waiters Delivery Term: Within The Month Of February, As Per Schedule Place Of Delivery/venue: Rscc Building Prk. Nursery, Brgy. Maibo, Tantangan, So. Cot 150 Pax Total Amount Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________
Closing Date18 Feb 2025
Tender AmountPHP 112.5 K (USD 1.9 K)

NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender

Others
United States
Details: The National Highway Traffic Safety Administration (nhtsa) Intends To Negotiate With The University Of Iowa For Continued Government Usage Of The National Advanced Driving Simulator (nads) To Support Research Requiring The Use Of Nads Hardware Platform, Software Routines/simulations, And Data Analysis Essential To Meeting The Agency’s Mission. nhtsa Requires Continued Access To The Nads Simulator To Conduct Human Factors Data Research And Collection Of Data That May Relate To Issues Such As: The Extent To Which Vehicle Handling And Braking, Vehicle Dynamics, Advanced Vehicle Systems, Vehicle Visibility, And Other Vehicle Characteristics Influence Driver Behavior. Additionally, Nads Is Required To Study Driver Performance And Response Patterns, Including Possible Synergistic Effects Associated With Combinations Of Advanced Technologies And The Implications Of The Findings For Systems Design. In Addition To Providing Notice Of Intent To Sole Source Contract For These Services, This Notice Seeks To Identify Any Potential Qualified Small Business (sb), Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Vosb Sdvosb, Or Wosb Concerns That May Be Interested In And Capable Of Performing The Work Described Herein. nhtsa Welcomes All Qualified Small Business Concerns, With The Appropriate Naics Code And Past Experience To Submit Their Corporate Capability Statements That Demonstrate Their Ability To Successfully Accomplish The Goals Of The Project As Listed Below. Nhtsa Does Not Intend To Award A Contract On The Basis Of Responses To This Notice Or Otherwise Pay For The Preparation Of Any Information Submitted. Acknowledgement Of Receipt Of Responses Will Not Be Made; No Formal Evaluation Of The Information Received Will Be Conducted By Nhtsa. Nhtsa May; However Later On Issue A Request For Proposals (rfp). However, Should Such A Requirement Fail To Materialize, No Basis For Claims Against Nhtsa Shall Arise As A Result Of A Response To This Notice. background: the National Highway Traffic Safety Administration (nhtsa) Is An Agency Of The U.s. Department Of Transportation (dot). Nhtsa’s Mission Is To Save Lives, Prevent Injuries, And Reduce Traffic-related Health Care And Other Economic Costs. The Agency Develops, Promotes, And Implements Effective Educational, Engineering, And Enforcement Programs With The Goal Of Ending Vehicle Crash Tragedies And Reducing Economic Costs Associated With Vehicle Use And Highway Travel. The Various Program Offices Located Within Nhtsa Conduct Extensive Research, Development, Testing, Crash Investigation, And Data Collection And Analysis Activities To Provide The Scientific Basis Needed To Support The Agency’s Motor Vehicle And Traffic Safety Goals. in An Effort To Improve Nhtsa’s Ability To Evaluate Driver Behavior And Performance, The Agency Built A High Fidelity Driving Simulator At The University Of Iowa (iowa) That Is Committed To The Performance Of Research On Wheeled Highway Vehicles Such As Automobiles And Heavy Vehicles. This Simulator Became Known As The National Advanced Driving Simulator (nads). Accordingly, On March 19, 1993, A Cooperative Agreement Was Entered Into Between Nhtsa And The University Of Iowa (iowa) To Build And Later Govern Nhtsa’s Shared Use Of Said Device. while Working Under Subsequent Cooperative Agreements, The Nads Device, Henceforth Became Known As Nads-1, And Fully Operational In January 2002. The Nads Is Physically Located At The University Of Iowa’s Research Park In Iowa City, Iowa. Subsequently, The University Developed A Fixed-based Simulator For Software Development And Testing That Does Not Require The Full Range Of Motion Provided By The Original Simulator. This Fixed-based Simulator Is Referred To As Nads-2. Additionally, The University Of Iowa Developed A Third Computer-based Simulator, The Minisim; Which Is A Desktop Simulator That Can Be Used To Review Test Scenarios Or Perform Low-fidelity Data Collection. Presently, All 3 Pieces Of Equipment Are Made Available To Nhtsa Through Sole Source Contracts Since A Determination Was Made That These Services Should Be Procured Via Contract Instead Of Cooperative Agreement. Nhtsa Continues To Negotiate Terms And Conditions With University Of Iowa For Their Use And The Building Where These Simulators Are Housed Being Owned By The University. The Continued Use Of These Unique Simulators Is Vital To Nhtsa’s Research And Development For Testing Purposes. Collectively, Nads-1, Nads-2, And Minisim Are Referred To As “nads” And Is Needed To Support The Agency. objective: the Objective Of This Contract Is To Provide Nhtsa Continued Use Of The Nads Hardware Platform, Software Routines And Simulations, And Data Analysis For A Broad Range Of Research And Data Collection. capabilities: the Corporate Capability Statement Must Address The Capabilities Necessary To Accomplish The Scope Outlined Above As Well As The Additional Tasks And Characteristics Given Below: the Contractor Shall Provide Nhtsa With Access To Nads In Order To Evaluate Driver Behavior And Performance, And Response Patterns, Including Possible Synergistic Effects Associated With Combinations Of Advanced Technologies And The Implications Of The Findings For Systems Design. format Of Corporate Capabilities Statement: the Anticipated Period Of Performance Is For A Base Period Of Thirty-six (36) Months With Two (2) Renewal Option Periods For A Total Of Sixty (60) Months. A Hybrid Idiq Contract Where Both Cost Plus Fixed-fee And Firm Fixed-price Task Orders Are Issued Is Anticipated. interested Firms Should Identify Their Capability Provide The Services Described Above. The Written Response Must Include Detailed Information Relating To The Specific Data Being Requested. Expressions Of Interest Without Sufficient Detail To Permit Evaluation Of One’s Ability To Provide The Requested Information Will Not Be Considered. This Notice Of Intent Is Not A Request For Competitive Proposals Nor Is A Request-for-proposal Solicitation Document Currently Available. A Determination By The Government Not To Compete This Action Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Acquisition. In The Absence Of Responses From Interested Firms Demonstrating Their Capability, Nhtsa Intends To Request A Proposal From The University Of Iowa On A Noncompetitive Basis For The Work Described. Responses Must Be Received By The Listed Procuring Office With 15 Days From The Date Of Publication Of This Notice.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n7m3.11|anc|7176055415|nicole.diehl@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n.a|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||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| option For Increased Quantity (mar 1989)|1|365 Days| 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|334511|1350|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ 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. the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Module, Assy, Cntlr . 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 Module, Assy, Cntlr Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03538 77a126686p7; 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.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Correctional Service Canada Tender

Others
Canada
Description: This Requirement Is For: The Correctional Service Of Canada, Pacific Region. Trade Agreement: Canadian Free Trade Agreement (cfta), World Trade Organisation-agreement On Government Procurement (wto-agp), Canada Ukraine Free-trade Agreement (cufta), Canada Korea Trade Agreement (ckta), Canada Free Trade Agreements With Chile/colombia/honduras/panama, Canada-peru Free Trade Agreement, Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca), Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp). Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid. Set-aside Under The Procurement Strategy For Indigenous Business: This Procurement Is Not Subject To Any Set-asides For Indigenous Suppliers. Comprehensive Land Claim Agreement: This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. Security Requirements: This Contract Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Canada's Health Services Branch Has A Requirement For The Delivery Emergency Trauma Care (etc) Training On An As And When Requested Basis To Nurses Working In Csc’s Institutions. The Emergency Trauma Care Training Is The Prehospital Trauma Life Support (phtls) Course Or A Course With The Same Training Content And Will Be Referred To As Etc In This Statement Of Work. Objectives: To Certify Csc Nurses In Etc Through Training Delivered In A Pre-hospital Setting Based On A Pre-hospital Trauma Care Model. Nurses Who Have Successfully Completed This Training Will Be Able To Demonstrate Sound Knowledge And Skills In Emergency And Trauma Response. Tasks The Contractor Must Provide All Training Materials And Equipment Including Audiovisual Equipment, And Instructors As Well As Transportation Of Training Materials, Equipment And Instructors To And From The Training Location. 1.3.1 Theory Component: The Contractor Must Send The Project Authority Hardcopies Of The Training Materials (textbook, Or Manual Or Both) Upon Confirmation Of Sessions Booked. The Contractor Must Provide A Maximum Of 240 Of The Current And Most Up-to-date Editions Of The Training Manuals Required For The Course At Contract Award. If Applicable To The Training Course, The Contractor Must Send Any Pre-test Or Other Materials To The Project Authority One To Three Weeks Prior To The In-person Course Start Date. Students Are Required To Read And Understand The Theory Component Of The Textbook Content And Complete The Pre-test Prior To The In-person Component. Following The Theory Component, The Contractor Must Provide In-person Training Of Assessment, Skills And Scenarios; 1.3.2 The Contractor Must Provide In-person Training That Meets The Following Requirements: • Only One Instructor Must Deliver The Training; • The Contractor Must Develop And Deliver Scenarios To Csc Nurses To Assess And Manage Trauma Care Patient(s) In A Unique Environment (e.g., In A Federal Correctional Institution), Where Nurses May Carry Emergency Equipment, Medications And Oxygen To The Location Of The Emergency When A Patient Cannot Quickly And Easily Be Brought To The Health Services Centre. Nurses May Respond To An Emergency When A Person Is Unconscious On The Ground. Nursing Care May Be Provided In Sometimes Small, Confined Or Other Cramped Spaces (e.g., Inmate's Cell). Nurses Must Have The Ability To Provide Care That Includes, But Is Not Limited To Airway Management Including Airway Insertion, Using An Ambu Bag, Chest Compressions, And Any Other Interventions That A Nurse May Need To Administer To A Patient In An Emergency Situation. The Contractor Must Meet With The Project Authority At Contract Award To Discuss Scenario Development. The Project Authority Will Provide Specific Scenarios To The Contractor At Contract Award. • The Training Must Be Completed Within One To Three Weeks From The Theory Component (which Must Be Delivered Via A Hard Copy Text Book); • Deliver The Key Components Of The Course (as Listed Below) Utilizing Knowledge And Hands On Assessment According To International Etc Outline: O Scene Management And Primary Survey O Airway Management O Circulation And Iv Therapy O Secondary Survey O Kinematics Of Trauma O Head Trauma O Spinal Trauma O Disabilities And Fractures O Burns O Multi-patient Care 1.3.3 Maximum Number Of Emergency Trauma Care Training Sessions: • The Contractor’s Instructor(s) Must Provide The Required Number Of Training Sessions In Pacific Region. Each Session Will Have A Minimum Of Four (4) And Maximum Of Six (6) Participants. Csc May Add Participants With The Contractor’s Agreement. The Number Of Participants And Sessions Is Subject To Change Depending On Csc's Needs And The Number Of Participants Per Session. Stream Estimated Maximum Number Of Sessions Pacific Region 40 The Estimated Number Sessions Is Based On Delivery Of Training Sessions During Previous Years. It Does Not Represent A Commitment From Csc That Csc’s Actual Requirements During The Course Of The Contract Will Be Consistent With This Number. 1.3.4 The Contractor Must Provide Instructor(s) To Deliver The Etc Training In English, On An “as And When Requested Basis”. 1.3.5 The Instructor(s) Must Perform The Following Tasks: A) If Applicable, Supply The Project Authority With Instructions To The Shared With The Participants For The Theory Component Of Etc Training And Pre-testing Requirements; B) Provide In-person Training Sessions To Participants; C) Provide A List Of, And Information On, The Electronic Devices The Contractor Requires For Delivery Of The In-person Training. Csc Will Determine The Devices’ Compatibility With Its Whiteboards Or Overhead Projectors And Approve Them To Allow The Contractor To Bring Them Into A Csc Environment. The Contractor Must Be Prepared To Adjust Its Selection Of Electronic Devices Depending On Their Compatibility With Csc Equipment And Acceptability For A Correctional Environment; D) Arrive And Log-in At Least 30 Minutes Prior To The Start Of Training To Ensure That Training Equipment Is Operational And The Training Room Is Properly Set Up. The Instructor Is Responsible For The Working Order Of Their Electronic And Medical Training Equipment. E) Greet And Provide Administrative Briefing To Participants At The Beginning Of The In-person Training. Outline The Course Content And Evaluation; F) Provide Administrative Briefing For The Location Of Fire Exits, Washrooms, And Lunchroom For The In-person Session; G) Provide An Attendance Sheet And Have Participants Sign It For Both Training Days During The In-person Session; H) Review The Attendance Sheet To Ensure Participants Have Signed; I) Assess The Participants To Ensure They Have Successfully Completed The Training; J) Send A Certificate Of Completion For Each Participant; To The Csc Regional Practice Lead, Nursing; K) Deliver The Training Content In Accordance With Policies And Procedures Reflective Of A Unique Pre-hospital Setting Trauma Care Environment Using Correctional Institution Type Scenarios ; L) Provide Their Own Electronic Devices Required To Facilitate The Training; M) Provide A Supportive Learning Environment Conducive To Motivating Optimal Learning; N) Encourage Participants To Engage With Each Other In Support Of The Learning Objectives; O) Help And Guide The Participants Learn The Subject Matter; P) Ensure The Training Timeline Is Managed Effectively; Q) Keep The Discussion(s) On Track; 1.3.6 Course Hours And Duration The Contractor Must Deliver The In-person Training Sessions During Csc’s Core Business Hours, From 8:00 A.m. To 4:00 P.m. The Contractor Must Obtain The Project Authority’s Approval, In Advance, For Any Change In The Training Hours. The In Person Facilitation Must Be A Maximum Duration Of Sixteen Hours (two Days). 1.3.7 Training Cancellation Or Rescheduling (a) Csc May Cancel Or Reschedule The In-person Training At No Charge By Giving A Written Notice To The Contractor By Email At Least Seven (7) Calendar Days Prior To In-person Training Delivery; (b) Csc May Cancel In-person Training Due To An Unforeseeable Or Uncontrollable Event (including, But Not Limited To A Lockdown, Strike, Virus Attack, A Pandemic, A Power Or Technical Failure) At No Charge Regardless Of When Csc Gives Notice To The Contractor. (c) In The Event That Csc Cancels Or Reschedule An In-person Training Session (for Reasons Other Than An Unforeseeable Or Uncontrollable Event) Less Than Seven Calendar Days Prior To The Delivery Date, The Contractor Will Be Paid 25% Of The Firm Price Per In-person Training Session In Accordance With Annex B-basis Of Payment; (d) In The Event That Csc Cancels Or Reschedules A Scheduled Training On The Day Of Or During The Training, The Contractor Will Be Paid The Full Firm Price Per In-person Training Session In Accordance With Annex B-basis Of Payment; Deliverables: The Contractor Must Provide: 1.4.1 A Hard Copy Version Of The Training Manuals For The In-person Training, For Each Participant As Well As Any Required Training Handouts; 1.4.2 A List Of All Successful And Unsuccessful Participants At The End Of Each Training Session To Csc’s Project Authority; 1.5 Location Of Work 1.5.1 The Contractor Must Deliver The Training At The Correctional Learning And Development Centre At: #103-30585b Progressive Way Abbotsford, British Columbia. Any Conditions For Participation Of Suppliers Not Specified In Solicitation Documentation: None. Estimated Quantity Of Commodity: See Solicitation Document Statement Of Work And Basis Of Payment. Duration Of Contract And Time Frame For Delivery: Period Of The Contract: The Work Is To Be Performed During The Period Of February 01, 2025 To January 31, 2028. File Number: 21801-24-0035 Contracting Authority: Kristen Malanowich Telephone Number: (236) 380-6646 Facsimile Number: (604) 870-2444 E-mail: Kristen.malanowich@csc-scc.gc.ca Note To Bidders: Bidders Can Obtain The Complete Statement Of Work And Evaluation Criteria By Downloading The Solicitation Document And Associated Documents From The Canada Buys / Tender Opportunities Website. The Crown Reserves The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada (english Or French). After Contract Award, Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days Of Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person. Procurement Assistance Canada (pac) Offers Seminars To Businesses Interested In Learning How To Sell Goods And Services To The Government Of Canada. The Seminars Are Free. Topics Include: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).
Closing Date2 Jan 2025
Tender AmountRefer Documents 

Ontario Northland Transportation Commission Tender

Machinery and Tools
Canada
Purchaser Name: Ontario Northland Transportation Commission | Purchase Of Three (3) Forklifts
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Capital District Transportation Authority Tender

Housekeeping Services
United States
Purchaser Name: Capital District Transportation Authority | Cleaning For Bus Shelters
Closing Date22 Jan 2025
Tender AmountRefer Documents 
7701-7710 of 9210 archived Tenders