Ups Tenders

Ups Tenders

Northern Railway - NR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Closing Date12 Mar 2025
Tender AmountRefer Documents 
Description: Scrap Different Type Of S&t And Electrical Panel With Or Without Relay.air /vaccum Type Circuit Breaker,transformer, Block Instrument,resistor Element,invertor, Ups, Rtu,dismental Part Of Telephone Exchange, Block Providing,axle Counter,ticket Vending Kiosk,small And Medium Size Transformer Charger,junction Box,afm Panel,ips Released Switched Mode Slide,track Feed Charger,ara Terminal,data Logger,changeover,front End Processor, Token Machine,block Interface,vcb Selector,hmv Sm Slide, And Various Type Of Electrical And S&t Items Of Sorts And Sizes With Or Without Parts And Fittings With Nf Attachment. Note-lbp Location: Near Old Canteen

Karnataka Power Corporation Limited - KPCL Tender

Works
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
India
Closing Soon8 Feb 2025
Tender AmountINR 15.4 Million (USD 178.1 K)
Details: The Scope Of Work Includes The Supply Of 34 Numbers Of 0.2s Class 3ph,4 Wire Abt/samast Compliant Energy Meters Of M/s L&t Make Or M/s Secure Make Or Any Other Reputed Make Which Are Meeting The Specifications Of Energy Department, Govt. Of Karnataka And Approved By Kptcl, With Abt/samast Feature, Ethernet Tcp/ip & Rs 485 Communication Ports With Dlms Protocol Having Time Synchronizing Facility With Gps, One Optical Port Along With Complete Energy Management System Consisting Of Customizable Energy Meter Management Software, Dcus For Pooling The Data From Energy Meters, Application & Data Base Server Systems, Uninterrupted Power Supply Systems (ups), Operating Work Stations, Data Communication Cables, Optical Fiber Cable, Ethernet Cables, Managed Ethernet Switches Along With Necessary Accessories To Complete The Entire Energy Management System, Quality Surveillance, Inspection Before Dispatch, Packing & Forwarding, Arranging Transit Insurance On For Destination Basis.

Defence Research And Development Organisation - DRDO Tender

Goods
Software and IT Solutions
GEM
Corrigendum : Closing Date Modified
India
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: 20 U HEIGHT RACK WITH 19 INCH PROFILE FOR INSTALLING THE SUB SYSTEMS , 5KVA UPS WITH BATTERY BANK , FTLRB , 8-PORT RUGGED GIGABIT ETHERNET SWITCHES WITH EXTENDED TEMPERATURE , ELECTRICAL INTEGRATION OF THE SIMULATOR SYSTEM AS PER GIVEN BoM , HIGH-END WORKSTATION , AC-DC PROGRAMMABLE POWER SUPPLY , MULTIFUNCTION CONSOLE

DEPT OF THE ARMY USA Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Solicitation For Uninterruptible Power Supply (ups) Preventative Maintenance (pm) And Repair To One Location At The Installation Per The Performance Statement Of Work Minimum Requirements. Pm's Will Be Done On A Quarterly Basis For A Period Of Performance Of 12-month Base And 2-year Options. Service To Be Done In Building 49 For Apc (brand: Symmetra) Model # Syiof500kmbr Serial # Qd1603122220 And All Related Ancillary Equipment. Service To Start On Or Around 1 April 2025. It Will Be Conducted Using Simplified Acquisition Procedures In Accordance With Far Part 12.6 And 13.5, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested; See Attachment For More. performance To Begin Approximately, On Or Around 1 April 2025. This Procurement Is Being Solicited As Unrestricted. The North American Industrial Classification Code (naics) Is 811310. The Related Small Business Size Standard Is $12.5m. All Responsible Sources May Submit A Quote, Which Shall Be Considered. In Accordance With Far 5.102(d), Availability Of This Solicitation Will Be Limited To The Electronic Medium. All Contractual And Technical Questions Must Be Submitted In Writing And May Be Emailed, Attn: Heidi Young Where The Answer Will Be Posted To Contract Opportunities Via Sam.gov. Questions Must Be Received No Later Than 7 Days Prior To The Closing Of This Solicitation. Questions Received After This Date May Be Considered Untimely And May Not Be Answered. No Telephone Questions Will Be Accepted. Notification Of Any Postponements And Any Amendments To This Solicitation Will Only Be Posted On This Website. It Is The Sole Responsibility Of The Offeror To Continually View This Website For Any Amendments Made To This Solicitation. Please Use The Attachments To Be Able To Submit Your Quote. Please See The Attached Sf1449 Addendum To 52.212-1 Instructions To Offerors For Further Submission Requirements. questions Can Be Submitted To The Contract Specialist On The Notification.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| desired And Required Time Of Delivery (june 1997)|29|0001|18|180||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4|||x|| annual Representations And Certifications (may 2024)|13|335311|800|||||||||||| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| facsimile Proposals (oct 1997)|1|717-605-3211| type Of Contract (apr 1984)|1|firm-fixed Price| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Offer Due Date Is Hereby Extended To 07 Feb 2025. 1.) All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. 2.) Unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Uotation. please Specify (if Other Than 60 Days) ______________ Days. 3.) In Order For Your Offer To Be Considered, You Must Submit The Entire Rfp Completed And Signed, Prior To The Closing Date/time Listed On The Rfp. Neco Offers Will Not Be Accepted. 4.) Technical Documents Associated With This Solicitation, Such As Drawings, Individual Repair Part Ordering Data (irpod), Strs And Other Procurement Related Documents May Be Obtained At Https://logistics.unnpp.gov/ecommerce. This Website Requires A Password And pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website. a Hard Copy Of The Individual Repair Part Ordering Data (irpod) And/or Drawings Will Not Be Mailed To You. 5.) To Request A Copy Of The Solicitation, Please Contact The Contracting Officer Listed And Provide Your Cage Code. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents. technical Documents Associated To This Solicitation Or Award Such As; Drawings,technical Data, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At the Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To The Award. This Website Requires A Password And pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Manufacture And Design - The Assy, Ups Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order. (1). Design, Material And Dimensions To Be In Accordance With: a. Manufacturer: ;cgi Federal Inc (9x833); . b. Drawing: ;09203073; . c. Piece Number: ;-02; . Revision: ; ; . d. Part Number: ;09203073-02; . e. Catalog Number ; ; . (2). The Following Requirements Apply: a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order. b. ;.; . 3.2 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate 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. 6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).

DEPT OF THE AIR FORCE USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Closing Soon12 Feb 2025
Tender AmountRefer Documents 
Details: Amendment 2. This Amendment Provides: 1. Responses To Contractor Presented Questions, Attachment 6. 2. Prior Functional Test, Attachment 7. 3. Building Drawing, Attachment 8. 4. Add/incorporate Far Clause 52.232-16 Progress Payments To The Solicitation. 5. Add Contract Specialist, Ms. Jill Van Plew, Jill.van_plew@us.af.mil To The Acquisition. please Include Ms. Van Plew On Email When Submitting Quote. amendment 1. This Admentment Is To Correct/change The Point Of Contacts And Email Addreses For This Solicitation As Follows: primary - Mr. Umar Thomas,umar.thomas.1@us.af.mil alternate, Mr. Jose A. Olmo-rivera, Jose.olmo_rivera@us.af.mil please Include Both, Primary And Alternate, In All Email Traffic. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And In Conjunction With Far Part 13 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. this Is A A 100%, Service-disabled Veteran Owned Small Business (sdvosb) Set-aside Request For Quotation For The Commercial Brand Name Or Equal The Purchase, Deliver, Unload, And Replace (removal Of Existing Batteries And Installation Of New Batteries) 80ea Vrla Sealed Lead Acid Batteries For The Nec’s Galaxy 225kva Uninterruptable Power Supply (ups) And 80ea Vrla Sealed Lead Acid Batteries For The Liebert 400kva Uninterruptable Power Supply (ups) note: Refer To Attached Rfqfa301625q6017 Ups Batt Replacement And Accompanyng Attachments (5) For Rfq Information And Quotes Submission Instructions.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Laboratory Equipment and Services
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Network Contracting Office (nco) 16 Will Be Issuing A Request For Quotation (rfq) For The South Central Va Health Care Network (scvahcn) Visn 16 In The Coming Months To Award A Cost Per Patient Reportable Result (cprr) Blanket Purchase Agreement (bpa) For Visn Wide Standardized Automated Chemistry And Immunochemistry Instrumentation And Testing To A Federal Supply Schedule Fsc Group 66 Iii Schedule Holder Manufacturing Instrumentation And Reagents And Performing Service And Repair Under Sin 605-1a. The Bpa Will Include Use Of Instrumentation, Reagents, Calibrators, Controls, Consumables, Parts, Contractor Performed Operator Training, Contractor Performed Preventative Maintenance, Repair, And Remote Troubleshooting And Connectivity Through Data Innovations Middleware To The Va Vista Lab Information System (lis). the Fully Automated Instrumentation Shall Have Random Access Testing Capabilities And Be Able To Simultaneously Perform The Complete Profile (full Test Menu) Meeting The Performance Characteristics For Accuracy And Precision As Defined By The 1988 Clinical Laboratory Improvement Act (clia) And The Clinical And Laboratory Standards Institute (clsi). testing Instrumentation And Reagents Shall Be Fda Approved And Validated For Use. contractor Has Proprietary Reagents For Proposed Instrumentation, Use Of Third Party Reagents (user-defined Applications) Should Be Kept To A Minimum. reagents Shall Be Liquid Ready To Use Or Require Minimal To No Operator Preparation Prior To Use. new Equipment Is Required For Each Of The Clinical Laboratories Located At The Visn Facilities Listed In The Visn 16 Site Visit Workbook. Includes 8 Medical Center And 20 Outpatient Clinic Laboratories. instrumentation Shall Have A Current Va Enterprise Risk Assessment (era). same Manufacturer, Methodology And Reagent System For Testing Instrumentation Across Visn 16 Laboratories (for Like Tests). immunochemistry (ic) Test Menu/reagent Capacity Shall Be Sufficient To Support Testing For The Full Laboratory Test Menu On A Single Instrument. Additionally, Each Ic Instrument Shall Have Excess Reagent Position Capacity. a Ups With Surge Suppressor/line Conditioner Shall Be Provided For Each Instrument/piece Of Equipment. all-inclusive Cprr Pricing. pre And Post Analytical Automation Requirements For Medical Center Laboratories And The Joint Ambulatory Care Center In Pensacola. automation Line Requirements Include But Are Not Limited To Centrifuges, Decappers, Recappers, Aliquotors, Refrigerated Storage As Well As Instrument And Specimen Management Systems. data Management Systems To Enhance Workflow And Operations For All Instrumentation. for Instrumentation That Requires A Continuous Feed Of Water, Water Systems Capable Of Generating The Required Quality, Pressure And Volume Of Water To Meet Manufacturer S Specifications And Sustain Instrument Operations To Support Maximum Throughput Are Required To Be Provided By The Contractor For Each Instrument. for Laboratories Requiring More Than One Water System, The Configuration Should Be Established To Support Instrument Operations Through The Use Of A Large Temporary Water Storage Tank Or Similar Application Should One Water System Be Non-operational. water System Configuration Shall Also Support Bypassing The Temporary Water Storage Tank As Necessary. basic Operator Training On Testing Instrumentation For All Operators. key Operator Training (off-site) For 2 Operators The Base Year And One Operator Each Subsequent Year. Training Requirements Are Per Instrument. telephone Assistance Center/hotline- Available By Telephone 24 Hours Per Day, 7 Days Per Week With Immediate Response Or A Call Back Time Of 30 Minutes. equipment Repair Shall Be Provided 24 Hours Per Day, 7 Days Per Week For Medical Center Labs And 5 Days Per Week Business Hours For Outpatient Clinic Labs. a Va Approved Mou/isa Is Required To Provide And Support Remote Troubleshooting For All Laboratories. the Above Is Not An All-inclusive List Of Requirements. The Minimum Technical Requirements And Technical Evaluation Factors Will Be Included In The Solicitation When Posted. All Instrumentation Must Be Fda Approved, In Current Production At The Time Of Quotation Submission, Discontinued Models And Refurbished Instrumentation Shall Not Be Presented. Operating System Software Shall Be Currently Sold And Supported By Its Manufacturer. Instrumentation, Systems And/or Devices With Operating Systems Such As Windows Xp, Windows, 6 Ce Embedded, Etc. Shall Not Be Proposed. this Is A Pre-solicitation Notice Only And Is Not The Actual Rfq.â  The Rfq Will Be Posted To Gsa E-buy At A Later Date. the Purpose Of This Notice Is To Provide Fss Fsc Group 66 Iii Contractors Minimally Meeting The Above Requirements The Opportunity To Conduct Site Visits With Participating Laboratories To Assess The Requirements For Each Site And Inform Laboratories Of Their Instrumentation Available To Potentially Meet Those Requirements.  the Visn 16 Site Visit Workbook Contains 3 Tabs. The First Tab Lists The Address, Phone Number, Name Of The Lab Manager And/or Points Of Contact For The Visn 16 Laboratories To Assist Contractors In Scheduling Site Visits.â  The Second Tab Contains Existing Instrumentation And New Instrumentation Requirements For Each Lab. The Third Tab Provides The Annual Estimated Testing Volumes For Each Laboratory And Their Respective Test Menu. Note: Visn 16 Site Visit Workbook Contact Information, Equipment Requirements And Test Menus Are Subject To Change Prior To The Posting Of The Competitive Solicitation/rfq. site Visits Are Authorized From The Date Of This Posting Until 02/28/2025. vendor Site Visits Shall Be In Person And Include The Appropriate Stakeholders For Each Laboratory. The Visit Shall Be Scheduled In Advance At A Mutually Agreed Upon Date And Time, To Ensure Patient Care Is Not Compromised And Presentations/discussions Are Well Attended. This Is An Opportunity For Each Vendor To Discuss Equipment Operation, Technical Capabilities, Maintenance Requirements (both Operator And Contractor Performed), Data Management Functionality And Connectivity With Each Laboratory Related To Their Specific Requirements. Contractors Shall Also Discuss Site Specifications Including Utilities, Space Requirements, And Weight For Each Instrument Model, Automation Line Component, Etc. Literature Detailing Site Specifications Shall Also Be Provided In Written Or Electronic Format To Each Laboratory. The Expectation Is That All Participating Laboratories Listed In Attachment A Are Visited. Due To The Complexity Of Automation Lines And Space Requirements More Than One Visit May Be Necessary For The Medical Center Laboratories And The Joint Ambulatory Care Center In Pensacola. Visits And Presentations For Outpatient Clinic Labs Should Be Accomplished In A Single Visit. please Do Not Take In Equipment Or Take Va Staff To See Equipment. A Draft Test Menu And Annual Estimated Volumes (this Could Change Prior To The Posting Of The Rfq) For Each Lab Has Been Provided. Using That Information You Should Present How Your Instruments Would Manage That Workload. Cad Drawings Will Not Be Provided For The Site Visit, However, Photos For Laboratories Requiring Automation Lines Will Be Provided Upon Request. Additionally, Any Request For The Use Of Digital Measurement Software And/or Platforms Shall Be Submitted To Diyonne Williams, Contracting Officer, At Diyonne.williams@va.gov, For Review Well In Advance Of Any Scheduled Site Visit. Include 36c256-24-ap-5589 Chemistry Site Visit In The Title Of Your Email.

MUNICIPALITY OF NAVAL Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 237 K (USD 4 K)
Details: Description 3 Sets Desktop Processor: Ryzen 5 5600g Memory: 3200mhz Cl 16 Ddr4 Motherboard: Asrock B450m Steel Legend Hard Disk: Western Digital Blue Sn570 1 Tb M.2-2280 Pcle 3.0 4 Nvme Ssd Cpu Case: Micro -atx Or Atx Case (not Tampered) With Complete Fans Cpu Power Supply: Corsair Cv 550 550w 80+ Bronze Certified Atx Psu Ups: 650va Monitor : 27'' 1080 Ips I/0 Devices : Wireless Keyboard And Mouse

U S COAST GUARD USA Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: Update 1 To Questions Answered: the Gao States The Following When Baa Applies: “(1) The Procurement Must Be Intended For Public Use Within The United States; And (2) The Items To Be Procured Or The Materials From Which They Are Manufactured Must Be Present In The United States In Sufficient And Reasonably Available Commercial Quantities Of A Satisfactory Quality. The Provisions Of The Act May Be Waived If The Head Of The Procuring Agency Determines The Act To Be Inconsistent With The Public Interest Or The Cost Of Acquiring The Domestic Product Is Unreasonable.” if These Do Not Apply To Our Case, Then We Can Go Open Market. 2. We Will Use The Existing Transformers Unless They Determine There Is A Need To Have The Supply Power To The Unit Stepped Down. 3. We Will Support Any Day Of The Week. Also, We Would Like To Have A Week, Or 2 Weeks’ Notice Prior To Any Requested Shutdowns. updated!!description Of Services:the Contractor Shall Provide All Personnel, Management, Supervision, Materials, Tools, Supplies, Equipment, Transportation, Labor, And Other Items And Services Necessary To Replace A Total Of Two (2) Uninterruptible Power Supply (ups) Systems In Building 4 Room #135 And Building #4 Room #339, At Base Seattle. The Contractor Must Perform To The Standards In This Contract. All Work Shall Comply With All Applicable Codes, Along With Federal, State And Local Regulations. . this Notice Is A Combined Synopsis/solicitation For A Commercial Products And Commercial Services In Accordance With Federal Acquisition Regulation Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes A Public Solicitation. Please Read This Entire Notice, The Instructions Herein, And The Attachment Documents Carefully. This Acquisition Is On A Small Business Set-aside Only. how To Respond: To Compete For This Project, Interested Parties Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award. Vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service. cost Proposals: The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 Provide Firm Fixed-price “broken Out By Labor Hours, Labor Category, Materials, And Other Direct Costs”. Offerors Must Submit The Proposal To Elizabeth Meister E-mail: Elizabeth.a.meister@uscg.mil. evaluation Criteria: The Government Will Award A Contract Resulting From This Request For Quote (rfq) To The Responsible Offeror Whose Offer Conforming To The Rfq Is The Lowest Price Technically Acceptable (lpta) Quote. The Lowest Priced Quote Will Be Evaluated On Technical Acceptability, If It Is Found To Be Acceptable, An Award Will Be Made. If It Is Found To Be Unacceptable, The Next Lowest Price Will Be Evaluated. This Process Will Continue Until A Technically Acceptable Offer Is Identified. description Of Work Required: contractor Shall Replace Two (2) Ups Systems. Contractor To Remove And Dispose Of Existing Ups System Located In Building 4 Room #135, And Ups System In Room #339, And Supply And Install New Ups Systems With New Lithium-ion Batteries. Contractor To Replace System With Brand Name Or Approved Equal. existing Ups Manufacturer And Model For Both Systems- Vertiv Liebert Npower 100 Kva 480 Volt 3-phase. Incoming Voltage To Ups Is 480v. After Ups, Voltage Steps Down To 208v.it Is Estimated That The Capacity Of The Existing Ups System In Each Room Is Too Large. Contractor Is To Present A Ups System Design To The Ko For Approval Prior To Purchase And Installation. suggested Ups Systems: manufacturer: Vertiv Liebert Exm 480v manufacturer: Eaton 93pm 480v manufacturer: Schneider Electric Galaxy Vs 480v existing Load On Ups System In Room #135 Is 21% And Room #339 Is Approximately 26%.new Ups Is To Be Sized To Existing Load Capacity Plus 25% Increase For Future Expansion. New Ups Must Fit Within Dimensions Of Existing Room. New Ups System Is To Supply Power To Connected Equipment For A Runtime Of 60 Minutes. ups Battery Type: Lithium Ion, Flame Retardant Case And Cover Meet Ul 1778 Standards. ups System Complies With The Most Recent Version Of Following Standards: Ul1778, Ul924, Ul1989 And Ul94 V-2, Bs 6290-4, Iec-60896-2 As Well As Standards Referenced In Section 4, And All Relevant Federal, State, And Local Standards And Codes. all Materials And Parts Supplied By The Contractor In This Sow Shall Be New, Are Fully Compatible With The Entire Ups System, And Comply With The Ups Manufacturer’s Specifications And Installation Standards. All Materials And Parts Shall Be Approved By The Ko Prior To Installation. submit Quotes To The Following E-mail Address By The Offer Due Date And Time: attn: Elizabeth Meister E-mail Address: Elizabeth.a.meister@uscg.mil With Solicitation Rfq Number Sps-uscg-250003 In Subject Line.

DEPT OF THE ARMY USA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
Details: Synopsis For Garrison Intrusion Detection System (ids) Services solicitation Number: W519tc-25-r-at00 notice Details solicitation #: w519tc-25-r-at00 procurement Type: presolicitation title: synopsis For Garrison Intrusion Detection System (ids) Services classification Code: j063 naics Code: 561621 – Security System Services (except Locksmiths) response Date: february 6, 2025 9:00 Am Central Standard Time angel.j.traman.civ@army.mil primary Point Of Contact: Angel J. Traman, Contract Specialist description: scope Of Effort: This Effort Is For A Small Business Set-aside Competition Conducted Under Far Part 13. responders Are Solely Responsible For All Expenses Associated With Responding To This Synopsis. Army Contracting Command - Rock Island (acc-ri) Will Not Pay For Information Received In Response To This Synopsis. Offers From Concerns Other Than The Above Are Not Solicited, However, All Responsible Sources May Submit A Quotation With A Proposal Which Will Be Considered By Acc-ri. This Notice Is Published For Subcontracting Purposes Only. the U.s. Army Garrison – Rock Island Arsenal (ria) Has A Requirement For Intrusion Detection System (ids) Services. Ids Services Will Provide Preventative Maintenance And Corrective Maintenance To Various Tenants At The Rock Island Arsenal (ria) For Of The Ids Equipment For The Electronic Security System (ess) At Ria. System To Be Maintained Includes The Integrated Commercial Intrusion Detection System (icids) V And Uninterrupted Power Supply (ups) System. Work Is Governed By Vendors Being Daq-value Added Reseller (var) With Valid Certification And Eaton Partner Certification For Ups System. The Period Of Performance (pop) Will Be 01 March 2025 – 30 April 2028.
1521-1530 of 1721 active Tenders