Transportation Tenders

Transportation Tenders

Department Of Transportation Tender

Automobiles and Auto Parts
United States
Purchaser Name: Department Of Transportation | Light Duty Cab/chassis With Dry Freight Van Body
Closing Date25 Feb 2025
Tender AmountRefer Documents 

Transportation, Department Of Tender

Civil And Construction...+1Pipe Line Project
Georgia
Purchaser Name: Transportation, Department Of | T32-d6-drainage 8 Pipes-170370
Closing Date25 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n774.19|bu5|717 605 4255|alexander.m.davies6.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|tbd|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg| equal Opportunity (sep 2016)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3|||| alternate A, Annual Representations And Certifications (nov 2020)|13|x||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|334290|750|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. Early Shipment At No Additional Cost To The Government Is Requested And Authorized. 2. Iaw Financial Management Regulation (fmr) (dod 70014.r Vol. 15), The Defense Transportation Regulation (dtr) 4500.9-r And The Security Assistance Management Manual (samm) A Transportation Account Code Is Not Required For Government Shipment. The Dcma Traffic manager In Accordance With Dcma-inst 319 Will Coordinate With The Freight Forwarder(s) To Provide A Pre-paid/collect Shipping Label(s) Or Make Arrangements For Pickup Of The Material From The Contractor By The Freight Forwarder. 3. Transportation/shipping Instructions Are Obtained Through The Dcma's Shipping Instructions Request (sir) Application (see Https://www.dcma.mil/wbt/sir/). Registration For The Application Is Required Please Ensure That Inspection Is Performed At Source Prior To shipment. 1. Since The Government Intends To Award Without Discussion, Any Exceptions To The Requirements Of This Solicitation Should Be Raised Prior To Submission Of An Offer. 2. Faxed Offers Will Not Be Accepted. 3. Only A Firm-fixed (ffp) Price For The Buy Of The Subject Item(s) Will Be Accepted. The Quote Submitted Must Be To Purchase The Item New. Your Quote Should Include The Following Information. - Buy Price And Lead Time. - Inspection & Acceptance Cage, If Not At Source. - Cost Breakdown, Including Profit Rate (if Feasible). - Quote Expiration Date (90 Days Is Requested). - Delivery Vehicle (if Delivery Order Requested). 4. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Supplier. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. 5. Dfars 252.225-7000 And Dfars 252.225-7001 Apply To This Acquisition. If Dfars 252.225-7000 Has Not Been Completed In Sam.gov, Then Certification Under Dfars 252.225-7000 Must Be Provided With The Quote. 6. Quotes And Any Necessary Certification Under Dfars 252.225-7000 Shall Be Emailed To Alexander.m.davies6.civ@us.navy.mil. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Transmitter,infrare , Part Of The ;5"/54-caliber Gun Mount Mk45; . 1.2 Master Phototools (artwork) - Master Phototools (artwork) For ;drawing 5181689; Will Be Provided By ;naval Surface Warfare Center, Port Hueneme Detachment Louisville, Attn. Richardmowery Code 4k12, 160 Rochester Drive, Louisville, Ky, 40214-2681; And Is free Issue And Shall Not Be Returned At End Of Production. Upon Contract Award, Navicp-mech Will Submit A Request To The Above Activity For Shipment To The Contractor With ;30; Days. The Contractor Shall Notify The Navicp-mech Procurement Contracting Officer of Receipt Of Master Phototools (artwork). ; ; 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. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 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=2691778 |10001| D| |d|0001 | D|49998|0141535 drawing Data=3176207 |10001| F|dw |d|0001 | F|49998|0270958 drawing Data=5181687 |53711| A| |d|0001 | -|49998|0146975 drawing Data=5181687 |53711| A| |d|0002 | -|49998|0119531 drawing Data=5181689 |53711| C| |d|0001 | C|49998|0114957 drawing Data=5181689 |53711| C| |d|0002 | C|49998|0073285 drawing Data=5181689 |53711| |1n |d|0001 | |49998|0051806 drawing Data=5181691 |53711| C| |d|0001 | C|49998|0046235 drawing Data=5181692 |53711| A| |d|0001 | A|49998|0043984 drawing Data=5181693 |53711| B| |d|0001 | B|49998|0102151 drawing Data=5181693 |53711| B|1n |d|0001 | B|49998|0037539 drawing Data=5181693 |53711| B|1n |d|0002 | B|49998|0025260 drawing Data=5181694 |53711| D| |d|0001 | D|49998|1048841 drawing Data=5181696 |53711| D| |d|0001 | D|49998|0069142 drawing Data=5181698 |53711| L| |d|0001 | K|49998|0316323 drawing Data=5181698 |53711| E|dl |d|0001 | D|49998|0037087 drawing Data=5181698 |53711| E|dl |d|0002 | D|49998|0040771 drawing Data=5181698 |53711| E|dl |d|0003 | D|49998|0046101 drawing Data=5181698 |53711| E|dl |d|0004 | D|49998|0045265 drawing Data=5181698 |53711| E|dl |d|0005 | D|49998|0038379 drawing Data=5181698 |53711| J|pl |d|0001 | J|49998|0028512 drawing Data=5181698 |53711| J|pl |d|0002 | J|49998|0030861 drawing Data=5207749 |53711| A| |d|0001 | A|49998|0052215 drawing Data=5207767 |53711| -| |a|0001 | -|49998|0064011 drawing Data=5363462 |53711| C| |d|0001 | C|49998|0121662 drawing Data=5363462 |53711| C| |d|0002 | -|49998|0052369 drawing Data=5363462 |53711| A|dl |d|0001 | A|49998|0089902 drawing Data=5363462 |53711| A|dl |d|0002 | A|49998|0094216 drawing Data=5363462 |53711| B|pl |d|0001 | B|49998|0009913 drawing Data=5363462 |53711| B|pl |d|0002 | B|49998|0029356 drawing Data=650207 |10001| R| |d|0001 | R|49998|0216953 drawing Data=650207 |10001| |1n |d|0001 | |49998|0073556 document Ref Data=ff-s-86 | | |f |200107|a| 4| | document Ref Data=j-std-001 | | | | |a| | | document Ref Data=mil-std-108 | | |e |850919|a| |01| document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mmm-a-134 | | | |190411|a| 1| | |y|10 |970528 document Ref Data=mil-std-167 |0001| | |930630|a| | | document Ref Data=mil-std-202 | | |h |150418|a| |01| document Ref Data=mil-std-750 | | |f |161130|a| |05| document Ref Data=mil-std-883 | | |l |190916|a| | | document Ref Data=mil-std-1669 | | | |161006|a| | | document Ref Data=dod-std-2101 | | | |790510|a| | | document Ref Data=ms3126 | | |h |171019|a| | | document Ref Data=mil-a-8625 | | |f |030915|a| 1| | document Ref Data=mil-c-26482 | | |g |000503|a| 6| |1 |y| |080306 document Ref Data=mil-i-46058 | | |c |130225|a| 7|02| |y|76 |970519 document Ref Data=a-a-52080 | | |b |980523|a| | | document Ref Data=j-std-006 | | | |950505|a| | | document Ref Data=asme-b1.1 | | | |910820|a| | | document Ref Data=asme-y14.38 | | | |991108|a| | | document Ref Data=asme-y14.5m | | |94 |940313|a| | | document Ref Data=mil-dtl-18240 | | |f |000313|a| 1| | |y|30 |071205 document Ref Data=mil-prf-18487 | | |a |720407|a| | | document Ref Data=mil-prf-19500 | | |p |180518|a| | | |y|135|960131 document Ref Data=mil-prf-19500 |0255| |v |070324|a| | | document Ref Data=sae-ams-qq-a-200 | | | |980630|a| | | document Ref Data=astm-d2000 | | | |910225|a| | | document Ref Data=sae-ams-qq-a-225 | | | |980630|a| | | document Ref Data=sae-ams-qq-a-225 |0006| | |980630|a| | | document Ref Data=sae-ams-dtl-23053 | | | |990916|a| | | document Ref Data=sae-ams-dtl-23053 |0005| | |990916|a| | | document Ref Data=mil-i-24768 | | | |921208|a| 2| |1 document Ref Data=mil-i-24768 |0002| | |921208|a| 1| | document Ref Data=ipc-d275 | | | |910930|a| | | document Ref Data=sae-as28775 | | | |000929|a| | | document Ref Data=nema-hp3 | | | |990922|a| | | document Ref Data=sae-ams3222 | | | |850628|a| | | document Ref Data=sae-ams3325 | | | |941003|a| | | document Ref Data=mil-prf-39003 | | |l |060908|a| | |1 |y|78 |921029 document Ref Data=mil-prf-39003 |0001| |j |051006|a| | | document Ref Data=mil-prf-39007 | | |j |050617|a| | |1 |y|82 |951031 document Ref Data=mil-prf-39007 |0008| |k |070222|a| 2| | document Ref Data=mil-prf-39014 | | |g |050616|a| | |1 |y|104|970328 document Ref Data=mil-prf-39014 |0005| |g |061207|a| | | document Ref Data=mil-prf-39017 | | |g |060208|a| | | |y|69 |970328 document Ref Data=mil-prf-39017 |0001| |p |970519|a| | | document Ref Data=sae-ams-qq-p-416 | | | |200219|a| | | document Ref Data=sae-ams4182 | | | |850630|a| | | document Ref Data=mil-hdbk-454 | | |b |070415|a| | | document Ref Data=mil-prf-55110 | | |f |981127|a| 1| | |y|44 |950926 document Ref Data=astm-b633 | | | |850927|a| | | document Ref Data=di-ndti-80603 | | |a |061114|a| | | document Ref Data=di-ndti-80809 | | |b |970124|a| | | document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| document Change Data=ams3222 |sae-ams3222 document Change Data=ams4182 |sae-ams4182 document Change Data=ansi-b1.1 |asme-b1.1 document Change Data=mil-c-18487 |mil-prf-18487 document Change Data=mil-c-39003/1 |mil-prf-39003/1 document Change Data=mil-c-39014/5 |mil-prf-39014/5 document Change Data=mil-f-18240 |mil-dtl-18240 document Change Data=mil-i-23053/5 |sae-ams-dtl-23053/5 document Change Data=mil-p-13949/4 |ansi/ipc-4101,l240620c1/c1aa document Change Data=mil-p-18177 |mil-i-24768/2 document Change Data=mil-p-416 |qq-p-416 document Change Data=mil-p-46843 |ipc-d275, Class 3 document Change Data=mil-p-55110 |mil-prf-55110 document Change Data=mil-r-39007/8 |mil-prf-39007/8 document Change Data=mil-r-39017/1 |mil-prf-39017/1 document Change Data=mil-s-19500/255 |mil-prf-19500/255 document Change Data=mil-s-19500/427 |mil-prf-19500/427 document Change Data=mil-std-12 |asme-y14.38 document Change Data=mil-std-167 |mil-std-167/1 document Change Data=mil-std-275 |ipc-d275 document Change Data=mil-t-43435 |a-a-52080 document Change Data=mil-v-173 |astm-d3955 document Change Data=mil-w-16878/6 |nema-hp3 document Change Data=ms28775 |sae-as28775 document Change Data=ms33709 |mil-std-1669 document Change Data=os9987 |not Required document Change Data=qq-a-200/3 |sae-ams-qq-a-200/3 document Change Data=qq-a-200/8 |sae-ams-qq-a-200/8 document Change Data=qq-a-225/6 |sae-ams-qq-a-225/6 document Change Data=qq-z-325 |astm-b633 document Change Data=sae-ams3326 |sae-ams3325 document Change Data=sae-sb815-be |sae-ams-3222 document Change Data=wr43 |dod-std-2101 3. Requirements 3.1 Manufacturing And Design - The Transmitter,infrare Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;on Drawing 5181698 And All Associated Drawings And Specifications; . 3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 3.3 Configuration Control In Accordance With Mil-std-973 Short Form Procedures - The Requirements Of Mil-std-973 Are Hereby Invoked In The Contract/purchase Order. The Tailoring Notes Stated In The Order Cited In Paragraph 6.2.1.3 Are Stated Below: A. Considered, Tailoring Implemented B. Automated Processing And Submittal Is Not Required. Interactive Access To Digital Data Is Not Required. C. Configuration Audits Are Not Required. D. Contractor's Configuration Management Plan Is Not Requried. E. Configuration Terminology Development Documentation Is Required. F. Only Paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 Are Required. G. Fcd Is Not Required. H. Acd And Pcd Is Not Required. I. Not Applicable (na) To This Contract/purchase Order. J. Na To This Contract/purchase Order. K. Na To This Contract/purchase Order. L. Paragraph 5.3.6 With The Exception Of Paragraph 5.3.6.5 And 5.3.6.7.1 Are Required. M. Paragraph 5.3.6.6 And 5.3.6.6.2 Are Required. N. Paragraph 5.3.6.6.1 Is Not Required Unless Specifically Cited Elsewhere In Section "c" Of This Contract/purchase Order. O. The Marking Requirement Is Stated Elsewhere In Section "c" Of This Contract/purchase Order. P. Interface Requirements Are As Specified On The Drawings Provided With This Contract/purchase Order Or The Primary Equipment Performance Mil-spec Or Std Cited In Section "c" Of This Contract/purchase Order. Q. Na To This Contract/purchase Order. R. All Class I Changes To Either A Government Owned Configuration Identification (ci) Or Baseline Configuration Shall Be Submitted To The Procurement Contracting Officer For Review And Subsequent Approval - Conditional Approval Or Disapproval. Ndi, Cots, And Pdi Items Previously Accepted By The Government Shall Be Submitted As Above. This Process Does Not Excuse The Contractor From Initially Offering To The Government An Item Which Meets The Minimum Technical And Operational Requirements Set Forth In This Contract/ Purchase Order. S. Preliminary Change Notices And Advance Change Study Notices Are Not Required. T. Na To This Contract/purchase Order. U. And V. Class Ii Engineering Change Proposal (ecp) May Be Carried Through Provided The Government Qar Reviews And Concurs With The Classification Review Which Resulted In The Ecp Being Classified As Class Ii. W. Paragraph 5.4.3 Is Required. X. Paragraph 5.4.4 Is Required. Y. Nors Are Not Required For This Contract/purchase Order. Z. Short Form Procedures Are Allowed. Aa. Paragraph 5.5.2 Is Not Required For This Contract/purchase Order. Ab. Paragraph 5.5.7 Is Not Required For This Contract/purchase Order. Ac. Paragraph 5.5.8 Is Not Required For This Contract/purchase Order. Ad. Paragraph 5.6.2 Is Not Required For This Contract/purchase Order. Ae. Paragarph 5.6.3 Is Not Required For This Contract/purchase Order. Af. Paragraph 5.4.2.2.3.2b Is Not Required For This Contract/purchase Order. 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 Qualification Requirements - This Item Contains Components That Must Be Manufactured By A Government Qualified Products List (qpl) Supplier. 3.5 Production Lot Test Procedures Are Required. 3.6 Production Lot Approval (contractor Testing) - Production Lot Test And Approval Is Required. 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 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208. 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 - 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. 4.5 Production Lot Test Procedures - (government Approval) - The Contractor Shall Prepare And Submit Test Procedures In Accordance With The Contract Data Requirements List (dd Form 1423). There Is Hereby Created An Option For The Government To Waive The Requirement For Submission Of A Test Procedure. If The Offeror Has Had Its Test Procedure Proviously Approved By The Government, Furnish The Name Of The Approval Activity, Date Of Approval, and Contract Number Under Which The Test Procedure Was Approved. In The Event The Government Exercises The Option To Waive Submission Of A Test Procedure, The Previously Approved Procedure Shall Apply To The Contract/purchase Order. 4.6 Production Lot Test (contractor) - The Contractor Shall Perform 100% Production Testing In Accordance With ;the Contractors Approved Test/inspection Procedure For Drawing 5181698 And All Associated Drawings And Specfications. Acceptance Delegated To The dcmc-qar. ; . 4.7 Production Lot Test/inspection Report - The Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423). 4.8 Production Lot Test Approval - Production Lot Test Approval Is Required Prior To Shipment Of The Production Lot. 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. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 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. 6.4 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. date Of First Submission=060 Dac block 12 - Submit For Approval Prior To Production. block 12 - Resubmit No Later Than ;15; Days After Disapproval. 1.1 The Dcmc Qar Approved Deliverable Shall Be Sent, Within 10 Days Of Approval, To Activities Listed Under Distribution. date Of First Submission=asreq block 12 - Resubmit No Later Than ;15; Days After Disapproval. 1.2 Block 12 - Submit For Approval In Accordance With The Delivery Schedule. 1.3 The Dcmc Qar Approved Deliverable Shall Be Sent, Within 10 Days Of Approval, To Activities Listed Under Distribution.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

State Department Of Transportation And Transportation NRW Regional Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
Germany
Purchaser Name: State Department Of Transportation And Transportation NRW Regional | To the tender 'b54 Hagen-eilpe, exchange of roadway transition structure 4611 564/4611 565'
Closing Date11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Description the Airborne Strategic Command, Control, And Communications (asc3) Program Office (pma-271) Is Conducting Market Research For A Competitive Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Contract (mac) In Support Of The E-6b Mercury Aircraft. the Anticipated Request For Proposal Release Is First Quarter Fy2026. the Anticipated Idiq Mac Award Is First Quarter Fy2027. the Anticipated Ordering Period Is 10 Years. the Results Of This Sources Sought Will Be Utilized To Determine The Interest, Availability And Technical Capability Of Both Large And Small Businesses (including The Following Subsets: Small Disadvantaged Businesses, Hubzone Firms, Certified 8(a), Service-disabled Veteran-owned Small Businesses, And Woman Owned Small Business) To Provide The Required Products And/or Services. As Such, All Eligible Small Businesses, To Include Those With Any Socio-economic Status, Are Encouraged To Respond. the Execution Of Efforts Under This Mac Will Be Competitively Awarded Delivery And Task Orders. The Efforts Herein May Include Contractor Owned, Government Owned, Or A Combination Of Two And Will Be Specified At The Delivery Or Task Order Level. specific Requirements the Idiq Mac Scope Will Include Products And Services Such As, But Not Limited To, Engineering, Test, Facilities, Integrated Product Support (ips), Product Design, Development, Maintenance, Integration, And Logistics Support Services, To Support The Acquisition And Sustainment For The Life Cycle Of The E-6b, And Its Systems, System Of Systems (sos), Sub-systems, And Support Equipment (se). The Idiq Mac Scope Will Support The Take Charge And Move Out (tacamo), Airborne Command Post (abncp), Presidential National Voice Conferencing (pnvc), And Airborne Launch Control System (alcs) Missions, Plus Their Replacements, On The E-6b. the Scope Of Work For Delivery And Task Orders Issued Under The Idiq Mac Are Anticipated To Include, But Are Not Limited To, The Following Functional Areas: 1. Mission Communications Systems And Integration mission Communications Systems Are Integrated Into The E-6b And Provide Its Users With Data And Voice Connectivity To Other Aircraft, Ground-based Installations, And Surface Vessels. Capabilities Include Line Of Sight Radio In Multiple Bands/frequencies, Beyond Line Of Sight (blos) Communications, Satellite Communications (satcom), And Their Integration Into E-6b And Its Systems. Systems In This Functional Area Will Need To Interface With And Provide Data And/or Voice Communications To Support The Systems That Provide The Tacamo, Abncp, Pnvc, And Alcs Missions, And Their Replacements. Delivery Orders And Task Orders (dos/tos) Within This Functional Area Are Expected To Include Mission Communications Systems Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test. 2. Mission Systems Architecture Design, Development, And Integration mission Systems Architecture Provides The Airborne Information Technology (it) Infrastructure And The Integration Of The Various Aircraft Avionics, Broadband Capabilities, And Mission Communications Systems To Support The E-6b Operational Mission. In Addition, The Very Low Frequency (vlf) Transmit And Receive System Provides A Vital Component Of The E-6b Operational Mission To Communicate With Critical Components Of The Nuclear Enterprise. Components And Systems Within This Functional Area With Need To Interface With And Support The Systems That Provide The Tacamo, Abncp, Pnvc, And Alcs Missions, And Their Replacements. Do/tos Within This Functional Area Are Expected To Include Mission Systems Architecture Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test. 3. Air Vehicle Maintenance, Modification, And Support this Functional Area Supports The Sustainment And Modifications To The E-6b Air Vehicle. The Maintenance, Modification, And Improvement Of The E-6b Avionics, Flight Deck, And Aircraft Power, And Any Related Systems, Subsystems, And Components Is Required To Ensure The Viability Of The Aging E-6b Airframe. Do/tos Within This Functional Area Are Expected To Include Air Vehicle Systems And Subsystems Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test. 4. Systems Engineering this Functional Area Supports Systems Engineering Analysis, Reviews, White-paper Creation, And Studies To Support All Aspects Of The Operation And Upkeep Of The E-6b And All Its Systems And Subsystems, As Well As Potential New Capabilities And Directed System Integration. This Support Includes Mass Properties, Weight And Balance, System Safety Engineering, Position, Navigation, And Timing (pnt), System Integration Design, System Specification Creation And Modification, And System Operation Analysis. Dos/tos Within This Functional Area Are Expected To Include Analyses, Studies, White Papers, And Support Of Systems Engineering Technical Review (setr) Events, 5. Software Design, Development, And Integration this Functional Area Supports Software Development Activities In Support Of Aircraft Infrastructure, Mission Systems And Mission Communications Systems, Ground Infrastructure And Lab Setup And Integration, And The Sustainment And Support System (sass). Dos/tos Within This Functional Area Are Expected To Include Software Requirements Definition And Derivation, Design, Development, Test, Integration, Documentation, Delivery, Deployment, And Maintenance Of Software Components And Systems. 6. Systems Security Engineering this Functional Area Supports Cybersecurity, Anti-tamper (at) And Cryptographic Encryption Analysis, Studies, And Products To Support The Secure And Reliable Operation Of The E-6b And Its Connectivity To Other Systems. Dos/tos Within This Functional Area Are Expected To Include Cybersecurity Analysis, Studies, Cross-domain Solutions (cds), Data, And Support Of The Risk Management Framework (rmf) Submissions By The Government, And Any Follow-on Or Similar Systems, To Support Interim Authority To Test (iatt) And Authority To Operate (ato) For The E-6b And Any Of It Systems, Subsystems, Ground Components, And Labs. Dos/tos Within This Functional Area Are Also Expected To Include Analyses, Studies, Data, And Other Needs Defined By The Government In Support Of Systems Security Engineering, At, And Cryptographic Encryption. 7. Sustainment And Product Support logistics And Sustainment Activities Consist Of Providing Services That Are Required For Optimal Performance Of The E-6b And Related Components Throughout The Program Lifecycle. Logistics And Sustainment Activities May Include Contractor Logistics Support (cls), Life Cycle Sustainment, Supply Support, Depot-level Support, Organization-level Maintenance, Intermediate Field-level Maintenance, Repair And Refurbishment, Alteration Installation, Logistics And Sustainment Analyses, Maintenance Planning, Management, And Services, Packaging, Handling, Storage, And Transportation (phs&t), Training And Training Support, Operation And Operator Training Curriculum Development, Obsolescence Management, Diminishing Manufacturing Sources And Material Shortages (dmsms) Support, Inventory And Sparing Management, Documenting Technical Data/red-lines For Data/ Documents/drawings Updates, Part And System Identification, Labeling, And Marking, Developing Test Plans, Performance Testing, System Operational Testing, Test Instrument Installation And Removal, User Familiarization, Configuration Audits, Material Delivery/validation, Support Equipment, Providing Support To Operational Fleet Assets, Facilities And Infrastructure Support, Sparing, And Disposition Of Materials. Logistics And Sustainment Activities May Include Cross-domain Solutions Also Applicable To Unmanned Air Vehicles Or Unmanned Underwater Vehicles. Do/tos Within This Functional Area Are Expected To Include Logistics And Sustainment Research, Technical Studies, And Support Services. eligibility the Product Service Codes (psc) For These Requirements Are Anticipated To Include, But Are Not Limited To: 7a20 -it And Telecom - Application Development Software (perpetual License Software) 7j20 - It And Telecom - Security And Compliance Products (hardware And Perpetual License Software) 5831 - Intercommunication And Public Address Systems, Airborne 5826 - Radio Navigation Equipment, Airborne 5841 - Radar Equipment, Airborne r425 - Support- Professional: Engineering/technical r499 - Support- Professional: Other r706 – Logistics Support Services r699 – Support – Administrative: Other r799 - Support- Management: Other ac11 - National Defense R&d Services; Department Of Defense - Military; Basic Research ac12 - National Defense R&d Services; Department Of Defense - Military; Applied Research ac13 - National Defense R&d Services; Department Of Defense - Military; Experimental Development 6910 - Training Aids 1560 - Airframe Structural Components 1620 - Aircraft Landing Gear Components 1630 - Aircraft Wheel And Brake Systems 1730 - Aircraft Ground Servicing Equipment 1710 - Aircraft Landing Equipment 5342 - Hardware, Weapon System c219 – Architect And Engineering – General: Other 5963 – Electronic Modules ac31 - National Defense R&d Services; Defense-related Activities; Basic Research ac32 - National Defense R&d Services; Defense-related Activities; Applied Research ac33 - National Defense R&d Services; Defense-related Activities; Experimental Development j015 - Maint/repair/rebuild Of Equipment- Aircraft And Airframe Structural Components j016 - Maint/repair/rebuild Of Equipment- Aircraft Components And Accessories the North American Industry Classification System (naics) Codes Are Anticipated To Include, But Are Not Limited To: 336411 - Aircraft Manufacturing 336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing 488190 - Other Support Activities For Air Transportation 541330 (exception 1) Military And Aerospace Equipment And Military Weapons 334111 - Electronic Computer Manufacturing 513210 - Software Publishers 541611 - Administrative Management And General Management Consulting Services 541715 - Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology) 334112 - Computer Storage Device Manufacturing 541618 - Other Management Consulting Services 541715 – Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology) 334511 - Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing 334220 - Radio And Television Broadcasting And Wireless Communications Equipment Manufacturing please Note That Under A Small Business Set-aside, The Small Business Prime Must Perform At Least 50% Of The Work To Be Performed In Accordance With Far 19.505. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. submission Details it Is Requested That All Interested Businesses Complete The Sources Sought Response Defined In Attachment 1, In Ms Word Format (ms 365 Compatible). All Responses Must Be Unclassified. If The Response Provided Contains Proprietary Information, It Must Be Marked Accordingly. Submitted Data Will Not Be Returned To The Responders. interested Vendors Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice. Pma-271 Will Not Pay For Information Received In Response To This Sources Sought Notice. do Not Submit Pricing Information In Response To This Sources Sought Notice. the Sources Sought Response Shall Be Electronically Submitted To Randy Putnam At Randolph.a.putnam.civ@us.navy.mil And Lisa Troccoli At Lisa.j.troccoli.civ@us.navy.mil In Accordance With The Response Date Identified Within This Posting. Questions Or Comments Regarding This Notice May Be Addressed To Randy Putnam At Randolph.a.putnam.civ@us.navy.mil.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender

Others
United States
Details: This Sources Sought Announcement Is For Informational Purposes Only. It Is Not To Be Construed As An Obligation On The Part Of The Applied Biomechanics Division (nsr-110) At The National Highway Traffic Safety Administration (nhtsa). the National Highway Traffic Safety Administration (nhtsa) Is Issuing This Sources Sought Notice To Identify Potential Qualified Small Business (sb), Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Service Disables Veteran Owned Small Business (sdvosb), Or Women Owned Small Business (wosb) Concerns That May Be Interested In And Capable Of Performing The Work Described Herein To Proactively Plan For Future Requirements, Nsr-110 Is Conducting Market Research To Locate Qualified, Experienced, And Interested Parties. These Parties Should Be Able To Comprehensively Support Program Of Atds And Corresponding Parts, Supplies, And Services, With The Suppliers Of Atds, Finite Element (fe) Models Of Atds, Associated Instrumentation And Equipment, And Data Acquisition Systems. 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. this Sources Sought Notice Is Not A Request For Proposal (rfp), Nor Does It Restrict The Government As To The Final Acquisition Strategy. No Contract Will Be Awarded From This Announcement. At This Time No Solicitation Exists. Therefore, Please Do Not Request A Copy Of The Solicitation. Responses In Any Form Are Not Offers. The Government Will Not Reimburse Respondents For Any Costs Incurred In The Preparation Of A Response To This Notice. The Results Of This Sources Sought Notice Will Assist The Contracting Officer In Determining The Best Strategy For This Procurement. Responses To This Synopsis May Also Be Used To Aide In Establishing Realistic And Achievable Small Business Participation Goals. 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 Economic Costs Due To Road Traffic Crashes. The Agency Develops, Promotes, And Implements Effective Educational, Engineering And Enforcement Programs With The Goal Of Ending Preventable Tragedies Associated With Vehicle Use And Highway Travel. nhtsa’s Vehicle Research And Test Center (vrtc), Applied Biomechanics Division, Manages And Operates Nhtsa’s Crash Test Dummy Management Laboratory (dml). The Purpose Of The Dml Is To Manage The Entire Nhtsa Inventory Of Atds (also Referred To As “atds,” “crash Test Dummies”, Or “dummies), Instrumentation And Replacement Parts. In Addition To Managing The Dml, Vrtc Also Works Closely With Dummy Manufacturers, And The Biomechanics Community, To Advance The State-of-the-art In Atds. The Re-design Of Components Of Existing Dummies And The Development Of New Types Or Sizes Of Dummies Is An On-going Mission Of The Agency. modern Atds Used In The Vehicle Research And Test Environment Are Sophisticated Measuring Systems Whose Design And Manufacture Involves Trade-offs Of: (1) The Requirements To Produce Biofidelic Kinetic And Kinematic Responses From Which Potential Injury To Vehicle Occupants Can Be Assessed, And (2) Measurements That Are Repeatable In Response To Identical Stimuli For Each Atd And Reproducible Within Every Atd Of A Model, And The Need For The Atds To Be Durable For Repeated Usage. The Atd Responses Are Measured By Transducers Installed Within The Atd (such As Load Cells, Linear And Angular Accelerometers, Angular Tilt Sensors, Angular Rate Sensors, Rotary Potentiometers, And Displacement Transducers) Using A Variety Of Technologies (such As Light Emitting Diodes, Infrared Light, Strain Gages, Etc.). modern Atds Have Improved Biofidelity And Measurement Capability Over Their Predecessors. The Use Of On-board Data Acquisition Systems (das) To Store Measurements Within The Atd, In Lieu Of Using External Cables To Carry Signal And Power To And From The Atd, Creates Further Improvement. The Atds Are Constructed Of Both Rigid And Compliant Components With Instrumentation Capable Of Measuring, And In Some Cases Storing On-board, The Inertial And Internal Forces And Kinematic Motion That Are Experienced By The Atd In The Vehicle Test Environment. objective/scope the Objective Of The Anticipated Multiple Award Indefinite Delivery Indefinite Quantity (idiq) For Supplies And Services, With The Suppliers Of Atds, Parametric Models And Finite Element (fe) Models Of Atds, Associated Instrumentation And Equipment. the Equipment Required To Be Maintained Within The Laboratory Space For Personnel Performing The Maintenance, Test And Deployment Of The Atds Are: Machines, Test Stands, Test And Calibration Fixtures, Probes, And Das. The Test Equipment Must Be Designed To Perform The Qualification Tests Of The Atds And Atd Components; The Calibration Equipment Must Be Able To Perform Frequent Calibrations And Minor Repairs Of Transducers. The Original Equipment Manufacturers (oems) Are Generally Required To Calibrate The Das And To Conduct Major Repairs To Transducers. Atd Maintenance Requires An Inventory Of Parts On Hand To Replace Damaged Components That Are Not Repairable. The Requirements Of The Dml In Managing The Agency’s Inventory Include But Are Not Limited To: repairing And Refurbishing Atds; repairing And Calibrating Transducers; repairing And Calibrating Data Acquisition Systems; ordering, Preparing, And Receiving The Agency’ Dummies, Instruments, And Replacement Parts Provided As Government Furnished Equipment (gfe) To Nhtsa Test Sites; And supporting The Inspection, Troubleshooting, Investigation, Testing And Analysis Of Both Existing And New Dummies, Transducers, And Data Acquisitions Systems And Associated Documentation Such As Parametric Models, 2-d Drawings, User Manuals And Qualification Procedures. provide Production Atds, Replacement Parts, Test Fixtures, And Instrumentation That Are Currently Available, But Are/are Not Specified In 49 Cfr Part 572 provide Prototype Atds, Test Fixtures, And Or Parts, And Or Instrumentation That Are Under Development, Including Replacements Or Modifications To 49 Cfr Part 572, Specified Parts provide Engineering And Technical Services For The Design And Development Of New Or Modified Atds And Instrumentation provide Calibration And Testing Equipment Manufactured Specifically For Use On Atds And Instrumentation provide Qualification And Repair Services For Atds, Including Instrumentation calibration And Repair place Of Performance the Work Associated With This Requirement Will Be Performed At An Authorized Contractor Location. anticipated Period Of Performance the Estimated Period Of Performance Is For Five (5) Years. security Requirement this Acquisition Does Not Deal With Classified Matters. Where Applicable, Agency Information Security Requirements Will Be Met Through Tar Clause 1252.239-70, “security Requirements For Unclassified Information Technology Resources.” submission Requirements interested Firms Should Submit Their Response To Include A Capabilities Statement Covering Experience, Staffing And Technical Capabilities. The Capabilities Statement Should Address The Objective/scope Outlined Above And Demonstrate How The Firm’s Recent Past Performance (last 3 Years) Is Relevant To The Potential Task Areas, To Include Listing The Dollar Value, Period Of Performance, Size And Scope Of The Firm’s Prior Contracts. Capability Statements Should Be No More Than 10 Pages Maximum- In “times New Roman” 12-inch Font On 8.5 X 11 Paper. Respondents Must Submit Documents In Word Or Pdf Format. Neither Zipped Files Will Be Accepted Nor Telephone Requests Be Honored. vendors Must Demonstrate Their Ability To Comply With The Requirements In This Sources Sought Notice In Order To Be Considered Capable Of Satisfying The Government’s Requirement. confidentiality do Not Include Proprietary, Trade Secrets, Classified, Confidential, Or Sensitive Information In Your Response To This Sources Sought Notice. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Submitted, As It Is Clearly Stated This Type Of Information Shall Not Be Submitted. the Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. Responses To This Notice Will Not Be Returned. submission Of Responses interested Parties Having The Capability To Provide Human Factors Research For The Division Of The Office Of Vehicle Crash Avoidance/electronic Controls Research For Vehicle Safety Research At The National Highway Traffic Safety Administration (nhtsa), Please Submit Capability Statements To The Following Contact: Michelle.shanahan@dot.gov To Include Subject Line: Response To Sources Sought- 693jj925rq000010, Applied Biomechanics. capability Statements to Facilitate A Timely And Comprehensive Review Of All Submitted Responses, Firms Should Respond Using The Format Requested In This Notice. Any Interested Qualified Small Business Firms, Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Sdvosb, Or Wosb Concerns Should Submit Their Corporate Capability Statement, Which Demonstrates The Firm’s Ability And Past Experience. please Provide The Following Information For Your Firm And For Any Teaming Or Joint Venture Partners In No More Than 10 Pages To Perform The Key Requirements Described In The Attached Draft Sow: general Information company Name, Address, Point Of Contact Name, Telephone, And Email Address. data Universal Numbering System (duns) Number And Commercial And Government Entity (cage) Code. business Size And Classification (e.g., Large, Small, Small-disadvantaged, Sba Certified 8(a), Hubzone, Service-disabled Veteran-owned, Woman-owned) Based On Naics Code: 334515 Instrument Manufacturing For Measuring And Testing Electricity And Electrical Signals if Applicable, Potential Proposed Teaming Arrangements To Include Business Size And Classification Of Prime And Subcontractors. gsa Federal Supply Schedule (fss) Number (fss Must Include Naics Code 334515 Instrument Manufacturing For Measuring And Testing Electricity And Electrical Signals. identify Contracts Your Company Has Been Awarded Under Naics Code: 334515 Instrument Manufacturing For Measuring And Testing Electricity And Electrical Signals. technical Capability: provide A Brief Synopsis To Support The Firm’s Ability To Perform All Of Potential Areas Of The Obejective/scope. Identify Each Task Element And Provide Information To Support The Firm’s Experience, Staffing And Overall Ability To Perform The Technical Area. evidence Of Experience And Past Performance Should Include Contracts/task Orders From The Past Three (3) Years Similar In Scope To This Requirement. examples Must Include Contract Numbers, Project Titles, Dollar Amounts, Periods Of Performance, And Government Points Of Contact (telephone Numbers Or Email Addresses). documented Information To Support The Firm’s Ability To Provide The Range Of Research Skillsets Capability To Quickly Plan, Conduct, And Document Studies; And Personnel Required For This Effort In A Timely Fashion. any Data On Previous Contracts/task Orders On Personnel Retention And Succession Planning. additional Information indicate If Your Firm Will Submit A Proposal If A Request For Proposal (rfp) Is Issued, And If Your Firms Interest Is For Prime Contracting, Teaming Agreement Or Joint Venture. validation Of, Or Recommended Naics Codes For This Effort. validation Of, Or Recommended Contract Type. validation Of, Or Recommended Gsa Vehicle in Each Potential Areas Of Research, Indicate Any Small Business Subcontracting Opportunities, As Applicable. other Recommendations any Information Missing From This Requirement That Would Provide A Better Understanding Of The Effort Desired. please Submit Any Other Questions Or Comments Along With Your Response. contracting Office Address department Of Transportation (dot) Headquarters, 1200 New Jersey Avenue, Se, Washington, Dc 20590.
Closing Date17 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Draft Statement Of Work urgent Repair For Philips Digital Diagnost X-ray System 1.0. Scope: the Contractor Shall Provide All Parts, Labor, Tools, Materials, Equipment, Transportation, And Supervision Necessary To Perform Repair Services On The Philips Digital Diagnost Located At The Central Arkansas Veterans Healthcare System (cavhs), In Complete And Strict Accordance With The Contract And All Attachments Thereto. 2.0. Task: 2.1. Contractor Shall Provide All Labor, Parts, Travel, And Trained Personnel To Maintain Proper Working Condition For The Equipment Listed Below: philips Digital Diagnost; Serial Number: 16000265 2.2. Contractor Shall Provide Only Certified Technician(s) Who Are Authorized By The Original Equipment Manufacturer (oem) In The Repair Of The Equipment Listed Within This Contract. 2.3. Contractor Shall Provide Only Original Factory Or Oem Approved Parts And Materials, Provide Labor To Install, Retest, And Calibrate Repairs As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment. 2.4. The Contractor To Warrant That All Supplied Parts Are Free Of Manufacturer Defects For A Period Of No Less Than 12 Months. 2.3. Contractor Shall Obtain The Most Current Legal Editions Of The Original Equipment Manufacturer (oem) Literature Or Approved Copies. 2.4. The Performance Of All Services Shall Meet Or Exceed The Specifications Of The Original Equipment Manufacturer. 2.5. Contractor Shall Comply With Applicable Federal, State, And Local Laws And Regulations. 2.6. Any Additional Services/repairs, Beyond The Scope Of This Contract Will Require Additional Funding And Authorization Prior To Rendering Such Services. 3.0. Replacement/repair Parts: 3.1. The Contractor Shall Have And Maintain An Adequate Inventory Of Repair Parts To Service The Equipment Listed Herein And Satisfactory Sources Of Supply For Such Parts As May Be Needed In The Performance Of This Contract. 3.2. The Contractor Shall Provide Only Original Factory Or Oem Approved Parts As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment. 3.3. Contractor Shall Provide For All Replacements Of Worn And/or Defective Parts Necessary To Restore The Equipment To 100% Operational Condition As Specified By The Oem. 4.0. Performance Period: From Receipt Of Award Notice To Proceed 5.0. Place Of Performance: department Of Veterans Affairs central Arkansas Veteran Healthcare System (cavhs) 2200 Fort Roots Drive, North Little Rock, Ar 72114 building 66, X-ray Room #2 6.0. Type Of Contract: Firm Fixed Price 7.0. Government Furnished Property And Materials: The Cor Will Provide The Contractor Access To The Equipment Covered Under The Contract. 8.0. Contractor Furnished Property: 8.1. All Materials, Other Than Those Materials Specified As Government Furnished, Required In The Performance Of This Contract Shall Be Furnished By The Contractor. 8.2. Availability Of Manufacturer S Service Literature Needed In The Performance Of The Contract Will Be Contractor S Responsibility And Will Remain Contractor Owned At The Termination Of The Contract. 8.3. Contractor Shall Notify The Cor Immediately When Parts Required To Accomplish Repair Service Are Not Available From The Original Manufacturer, Authorized Sales Representative, Or Other Repair Parts Supply Outlets. 8.4. The Government Shall Not Be Responsible For Any Damages Or Loss Of Contractor Supplies, Materials, Or Equipment. 8.5. The Government Shall Not Be Responsible For Any Damages Or Loss Of The Contractor S Personal Belongings, Or Those Of The Contractor S Employees, Due To Fire, Theft, Accidents Or Other Causes. 9.0. Hours Of Operation: 9.1. Central Arkansas Veterans Healthcare System (cavhs), Office Hours 8:00 A.m. Thru 4:30 P.m., Cst, Monday Thru Friday (excluding Federal Holidays). These Dates Include: New Year's Day, Martin Luther King's Birthday, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. 9.2. Work Performed Outside The Normal Hours Of Coverage Shall Be Discussed With And Approved By The Cor Prior To Performing. 10.0. Contractor Personnel: 10.1. Contractor Shall Provide Technically Qualified Technicians To Accomplish All Maintenance Services Required By The Contract. Repair Technician Must Have Received Formal Training Presented By The Oem Specific To Make And Model Of Equipment Listed. 10.2. Contractor Shall Designate A Point Of Contact (poc) For The Contract. The Contractor S Poc Shall Be Authorized To Discuss With The Contracting Officer Representative (cor), Any And All Maintenance Services Required By The Contract And Ensure Response To Requests For Performance Of The Contract. The Poc Shall Have The Authority To Make Decision For The Contractor. The Cor Shall Be Notified Immediately Whenever The Poc Changes. 10.3. Contractor Shall Provide Each Employee An Identification Badge Which Shall Be Displayed On Their Outer Garment At All Times When On Duty. The Badge Shall Include, At A Minimum, The Employee S Name, Current Picture, The Contractor S Name, And Title Identification. 11.0. Reporting Requirements: 11.1. Contractor Shall Be Required To Contact Biomedical Engineering, (501) 257-5470, For Check In. This Check-in Is Mandatory. 12.0. Privacy/security: 12.1. Information Systems Officer / Information Protection: The Contractor Will Not Have Access To Va Desktop Computers, Nor Will They Have Access To Online Resources Belonging To The Government While Conducting Services. 12.2. Privacy Officer: The Contractor Will Not Have Access To Patient Health Information (phi) And They Will Not Have The Capability Of Accessing Patient Information During The Services Provided To The Va. 12.3. Records Manager: There Will Not Be Federal Records Created, Maintained, Used Or Disposed Of With This Contract; Regardless Of Format (paper, Electronic, Etc) Or Mode Of Transmission (email, Fax, Ext.).
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Department Of Tourism Tender

Others
Philippines
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)

Municipality Of Hinabangan, Samar Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Municipality Of Hinabangan Hinabangan, Samar Request For Quotations The Municipality Of Hinabangan, Through Its Bids And Awards Committee (bac), As Duly Authorized To Conduct Small Value Procurement For “purchase Of Laptop For Mpdc Office” In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Hereby Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price. Name Of Activity: “purchase Of Laptop For Mpdc Office” Total Approved Budget For The Contract (abc): P79,590.00 Location: Hinabangan, Samar Specifications: See Attached Annex “a” Deadline Of Submission: On Or Before 24 January 2025, 9:00 A.m. Delivery Period: Seven Calendar (7) Days Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex A) On Or Before The Deadline Of Submission Of Bids At The Bac Conference Room, Municipal Hall, Hinabangan, Samar. Bidders/suppliers Must Submit The Sealed Quotations In The Address Given Above Bearing The Name & Address Of The Supplier, Indicating The Price Quotation And Send To Engr. Menandro A. Gacelos, Enp, Bac Chairman, Lgu-hinabangan, Hinabangan, Samar. Bidders/suppliers Shall Be Required To Submit The Following Documentary Requirements Together With Their Quotation. 1) Valid And Current Mayor’s / Business Permit 2025; 2) Philgeps Registration Number; 3) Tax Clearance 4) Dti/sec 5) For Abcs Above P50,000.00 – Omnibus Sworn Statement (oss) Bidder/supplier’s Oss Shall Be Valid For Six (6) Months 6) For Abcs P50,000.00 And Below – – Authorization Letter/special Power Of Authority, In Case The Owner Is Not The Signatory Of Price Quotation Form And Notice Of Award. B) For Corporation/partnership/joint Venture – Secretary’s Certificate Authorizing Signatory. Award Of Contract Shall Be Made To The Lowest Calculated Bidder Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). Note: The Lgu - Hinabangan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Inquiries You May Reach Us At 0966-913-8130 Reina Mae B. Patiga Head, Bac Secretariat   Annex A Price Quotation Form Engr. Menandro A. Gacelos, Enp. Chairperson, Bids And Awards Committee Municipality Of Hinabangan Hinabangan, Samar Dear Sir: After Having Carefully Read And Accepted The Terms And Conditions Of This Rfq And Followed The Instructions To Bidders Specified In Annex B, Hereunder Is Our Quotation/s For The Item/s As Follows: Item No. Qty Unit Item Description Unit Price Total Price 1 1 Unit Laptop Amd Ryzen 7 - 7435hs/bga Processor 16.0" Wuxga Bend Wv • 512gb Pcie G4 Ssd • Amd Radeon Rx 7600s 8gb Vram • Ddr5 8gb Ram • 4 Cell 90wh Battery • Windows 11 64bit •2c-sandstorm Backpack And Gaming Mouse Name Of Proprietor/ Authorized Representative Signature Date Annex B General Terms And Conditions: 1. Bid Validity. Bids Should Be Valid For Sixty (60) Calendar Days Counted From The Deadline Of Submission Of Bids; 2. Price Escalation. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation. 3. Alternative Bids. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. 4. Taxes. The Total Price Quoted Is Subject To Withholding Tax And Payable Check. 5. Delivery Period. Seven (7) Calendar Days 6. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods Shall Be Included In The Price Quoted Per Item By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 7. Term Of Payment. Payment Shall Be Charged Account, Unless Specified. Cash On Delivery (cod) Shall Not Be Allowed, Unless Accepted During Bid Evaluation. 8. Retention Money. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met; (gppb Resolution No. 30-2017 Dated 30 May 2017) 9. Liquidated Damages. No Payment Shall Be Made Until Full Delivery Of Item/s Is/are Completed. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty @ 1/10 Of 1% Of Each Day Of Delay. 10. Alteration Of Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive / Non-compliant. Instructions To Bidders: 1. Completely Fill Out The Price Quotation Form (annex A), Technical Specification/brand (if Applicable), Unit / Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form. 2. Download This Form From The Philgeps Website Before The Closing Date For Inclusion In The Philgeps Document Request List (drl).
Closing Date24 Jan 2025
Tender AmountPHP 79.5 K (USD 1.3 K)

Ramon Torres National High School Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Vi – Western Visayas Division Of Bago City Ramon Torres National High School Gen. Luna Street, Brgy. Balingasag, Bago City, Negros Occidental, 6101 Philippines Phone: (034) 4610-167  Fax (034) 4610-229  Email Address Rtnhsmain_bc@yahoo.com Invitation To Submit Sealed Quotation (request For Quotation) Date: January 24, 2025 Quotation No. 2025-001 To All Eligible Suppliers: Please Quote Your Lowest Price Inclusive Of Vat On The Item(s) Listed Below, Subject To The Terms And Conditions Of This Request For Quotation (rfq). Due To Difficulty Of Our Internet Signal Please Submit Your Quotation In Hard Copy Duly Signed By Your Authorized Representative Not Later Than January 24,2025, 10:00 Am At The Bac Secretariat, Bids And Awards Committee Of Ramon Torres National High School, Bago City. Upon Receipt Of At Least Three (3) Quotations On Or Before The Submission Deadline, The Bac Shall Open The Quotations. Furthermore, Please Attach A Certified Copy Of The Following Documents In This Issq:  Dbm-procurement Certificate Of Registration (philgeps)  Dti/sec/cda Registration Certificate  Current And Valid Mayor’s Permit  Tentative Menu List For Snacks And Meals (for Catering Services)  Spa Of The Authorized Signatories/representative  The Division Office May Ask/require Other Legal And Technical Documents In Line With This Project For More Information, Please Call Ramon Torres National High School, Division Of Bago City At +639173804680 C/o Mrs. Euniles B. Martinez Company Name: Address: Contact No. Name Of Authorized Representative Procurement Of Meals For The 11th Educator’s Promenade Qty. Unit Agency Specifications Bidder's Specifications Unit Cost Total Amount 207 Pax Heavy Snacks Approved Budget For The Contract Php. 62, 100.00 Euniles B. Martinez Chairman – Bids And Awards Committee Ramon Torres National High School Division Of Bago City Cellphone No. +639173804680 Terms And Conditions: 1. Quotation Validity Period 1.1 The Quotation Should Be Valid For A Period Of 5 Days After The Submission Deadline. 2. The Quantity Of Goods Ordered May Be Changed By 10 %. 3. The Goods Should Be Delivered Within 3 Days After Award Of Contract. 4. Submission Of Quotations 4.1 Unless Quotation Is For A Package Or For A Lot, Bidders Are Required To Quote For Each Item Shown On The List, And For The Total Quantity Of Any Particular Item. 4.2 Quotations Must Be Submitted As Stated In The Rfq: By Hand (in Sealed Envelopes Marked In The Lower Left Hand Corner Of The Envelope “sealed Quotation For (name And Number Of Rfq”) To The Contact Person Stated In The Rfq; Or In The Same Manner, Deposited In A Tender Box At The Location Stated In The Rfq; Or By Fax At The Confidential Number For Submission Stated In The Rfq. 4.3 All Sections Of An Rfq Shall Be Filled; Where A Section Is Not Applicable, The Letters N/a Shall Mean Not Applicable And The Letters N/q Shall Mean No Quote. 5. Selection And Decision 5.1 Selection Shall Be Based On The Lowest Price Offered, Subject To Technical Conformity, Availability And Timely Delivery. 5.2 The Selection Shall Be Made By Package/lot As Appropriated. 5.3 At Time Of Evaluation, The Selected Bidder Having Benefitted From The Margin Of Preference Shall Be Allocated The Contract Subject To The Supplier Forwarding Necessary Documents To Establish That It Meets The Qualification For The Preference. 6. Margin Of Preference Small And Medium Enterprises, Registered As Enterprise In The Philippines, Having An Annual Turnover Up To 50 Million Pesos And Whose Local Input In The Manufacturing Of The Product Accounts For At Least 30 %, Shall Be Eligible For A Margin Of Preference Of 10 %. 7. Notification Of Award And Debriefing 7.1 The Public Body Shall After Award Of Contract, Exceeding 1 Million Pesos, Promptly Inform All Unsuccessful Bidders In Writing Of The Name And Address Of The Successful Bidder And The Contract Amount. 7.2 Furthermore, The Public Body Shall Attend To All Requests For Debriefing For Contract Exceeding 1 Million Pesos, Made In Writing Within 30 Days The Unsuccessful Bidders Are Informed Of The Award. 8. Prices 8.1 Prices Quoted Shall Be Firm And Fixed In Philippines Peso During Validity Period Of Quotation And For Execution Of Contract. The Prices Quoted Shall Include All Costs, Where Applicable, Such As Transportation To The Location For Delivery Stated In The Rfq, Insurance, Packing, Labeling, Or Any Other Costs, Fees To Be Paid Such As Customs Duties And Charges. 9. Rights Of The Public Body The Purchaser Shall Have The Right To (a) Ask For Clarifications At Time Of Evaluating Quotations, (b) Split The Contract On An Item Basis Or (c) Reject All Quotations. A Purchaser Shall Not Be Bound To Accept The Lowest Or Any Quotation. Conditions Of Contract 1 Warranty 1.2 The Supplier Warrants That The Goods Shall Conform To The Standards, Specifications And Related Services As Defined By The Purchaser In Its Rfq Subject To Any Alternative Proposal Made By The Supplier In Its Response To The Purchaser’s Rfq. 1.3 The Supplier Undertakes To Make Good, At Its Own Cost And Promptly, Any Deficiency In The Supply Of Goods Items And Related Services. 1.4 The Supplier Warrants That The Goods Items To Be Supplied Are New And Unused And That It Shall Attend Promptly To Any Defect In The Good Items As Per The Warranty Conditions Mentioned In Its Offer. 2 Inspection 2.2 The Purchaser Shall Have A Reasonable Time After Delivery Of The Goods To Inspect Them And To Reject And Refuse Acceptance Of Goods Not Conforming To This Purchase Order; Payment For Goods Pursuant To This Purchase Order Shall Not Be Deemed An Acceptance Of The Goods. 3 Payment 4 The Purchaser Undertakes To Effect Payment Within 30 Days After Supply Of The Goods Items To The Satisfaction Of The Purchaser And Subject To The Supplier Submitting All Required Documents. Final Payment Shall Be Adjusted To Reflect Any Non-compliance.
Closing Date31 Jan 2025
Tender AmountPHP 62.1 K (USD 1 K)
8201-8210 of 9845 archived Tenders