Website Tenders
Website Tenders
U S COAST GUARD USA Tender
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents
Description: All Questions Pertaining To This Soliciation Shall Be Submitted By 12:00pm (pst), March 3, 2025. Any Question Submitted Past This Date Will Not Be Considered In Order To Provide Enough Time For Vendors To Prepare Their Quotes. this Is A Combined Synopsis/solicitation For Commercial Item Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Request For Quotation Number Is 70z08425q0000028 And Incorporates Provisions And Clauses In Effect Through Federalacquisition Circular 2025-03. This Acquisition Is Being Solicited Unrestricted. The Naics Is 332439; Small Business Size Standard: 600 Employees. The Contract Type Will Be A Firm Fixed Price Purchase Order. The Government Proposes To Solicit Quotes For The Following Item(s): two (2) Climate-controlled Standard-size 20-foot Shipping Containers For The Storage And Shipment Of Life-support Equipment Along With The Organic Capability Of Our Own Chambers To Support Any Hyperbaric Injury Will Allow For Appropriate Emergent Treatment In Any Remote Location Around The Globe And The Ability To Bring Required Ancillary Diving Equipment Along With The Chamber. Item(s) Shall Meet Or Exceed The Specifications Outlined In The Attached Statement Of Work (sow). award: This Purchase Will Be Based On The Following Criteria: Lowest Price For Item That Meets Or Exceeds Specifications. note: “system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Additional Examples Include 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services, And 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). contracting Officers Will Not Consider The Following Representations When Making Award Decisions Or Enforce Requirements: paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services; paragraphs (b)(33), (b)(34), (e)(1)(ix), And (e)(1)(x) Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; paragraphs (e)(1)(ii)(i) And (e)(1)(ii)(j) Of Alternate Ii Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; And paragraphs (a)(1)(vii) And (a)(1)(viii) Of 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.” clauses: The Following Far Provisions Apply To This Acquisition: Far 52.212-1 Instruction To Offers Commercial Items, Far 52.212-3 Offeror Representatives And Certifications And Certifications Commercial Items, Far 52.212-4, Contract Terms And Conditions Commercial Items. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. The Following Clauses Cited In Far 52.212-5 Are Applicable To This Acquisition; Far 52.203 Restrictions On Subcontractor Sales To The Government, Far 52.203-13 Contractor Code Of Business Ethics And Conduct, Far 203-17 Contractor Employee Whistleblower Rights, Far 52.204-14 Service Contract Reporting Requirements, Far 52.209-9 Updates If Publicly Available Information Regarding Responsibility Matters, Far 52.219-8 Utilization Of Small Business Concerns, Far 52.219-14 Limitations On Subcontracting, Far 52.219-28 Post Award Small Business Program Representative, Far 52.219-33 Nonmanufacturer Rule, Far 52.222-3 Convict Labor, Far, , Far 52.222-35, Equal Opportunity For Veterans, Far 52.222-36 Equal Opportunity For Workers With Disabilities (29 U.s.c. 793), Far 52.222-37, Employment Reports On Veterans, Far 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act, Far 52.222-50 Combating Trafficking In Persons, Far 52.222-54 Employment Eligibility Verification, Far 52.223-9 Estimate Of Percentage Of Recovered Material Content For Epa-designated Items, 52.223-11 Ozone-depleting Substances And High Global Warming Potential, Far 52.223-20 Aerosols, Far 52.223-21 Foams, Far 52.225-1, Buy American Act, Far 52.225-13 Restrictions On Certain Foreign Purchases, Far 52.232-29 Terms For Financing Of Purchases Of Commercial Products And Commercial Services, Far 52.232-33 Payment By Electronic Funds Transfer-system For Award Management, Far 52.242-5 Payments To Small Business Subcontractors. addendum To Far Clause 52.212-5: 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (deviation 20-05)(jul 2024) (a) Definitions. As Used In This Clause- kaspersky Lab Covered Article Means Any Hardware, Software, Or Service That– (1) Is Developed Or Provided By A Kaspersky Lab Covered Entity; (2) Includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By A Kaspersky Lab Covered Entity; Or (3) Contains Components Using Any Hardware Or Software Developed In Whole Or In Part By A Kaspersky Lab Covered Entity. kaspersky Lab Covered Entity Means– (1) Kaspersky Lab; (2) Any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., "kaspersky"; (3) Any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4) Any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b) Prohibition. Section 1634 Of Division A Of The National Defense Authorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Any Kaspersky Lab Covered Article. The Contractor Is Prohibited From— (1) Providing Any Kaspersky Lab Covered Article That The Government Will Use On Or After october 1, 2018; And (2) Using Any Kaspersky Lab Covered Article On Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract. (c) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Article Provided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report, In Writing, Via Email, To The Contracting Officer, Contracting Officer's Representative, And The Enterprise Security Operations Center (soc) At Ndaa Incidents@hq.dhs.gov, With Required Information In The Body Of Theemail. In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Enterprise Soc, Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i) Within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem)number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of A Kaspersky Lab Covered Article, Any Reasons That Led To The Useor Submission Of The Kaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Kaspersky Lab Covered Articles. (d) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (deviation 20-05) (dec 2020) (a) Definitions. As Used In This Clause "backhaul" Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). "covered Foreign Country" Means The People's Republic Of China. "covered Telecommunications Equipment Or Services" Means- (1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahuatechnology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country. "critical Technology" Means- (l) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii) For Reasons Relating To Regional Stability Or Surreptitious Listening; (3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of2018 (50 U.s.c. 4817). "interconnection Arrangements" Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. "reasonable Inquiry" Means An Inquiry Designed To Uncover Any Information In The Entity's Possessionabout The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. "roaming" Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. "substantial Or Essential Component" Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b) Prohibition. (1) Section 889(a)(l)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. (2) Section 889(a)(l)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Criticaltechnology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c) Exceptions. This Clause Does Not Prohibit Contractors From Providing- (1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Orinterconnection Arrangements; Or (2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permitvisibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause In Writing Via Email To The Contracting Officer, Contracting Officer's Representative, And The Network Operations Security Center (nosc) At Ndaa Incidents@hq.dhs.gov, With Required Information In The Body Of The Email. In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Ttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Nosc, Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.clod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(l) Of This Clause (i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information Aboutmitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Anyadditional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services. (e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) offers Are Due On March 10, 2025, By 5:00pm (pst). Offers Must Provide As A Minimum: (1) Solicitation Number; (2) Specifications, Pictures And/or Drawings For Item Being Offered So That A Determination Can Be Made If Item Being Offered Meets The Requirement (3) Point Of Contact Name, Telephone Number And Address, 4) Company Uei Number
Koleje Wielkopolskie Sp Z O O Tender
Poland
Closing Soon3 Mar 2025
Tender AmountNA
Details: I. Subject of the Proceeding: 1. Description of the Subject of the Order: - Universal (industrial) Remover in Spray 500ml Caramba – 20 Pieces The Ordering Party Requires the Marking on the Product: Manufacturer's Name, Product Type/Catalog Number, Ce Mark If Required in the EU Or Coc Certificate of Conformity 2. The Above-mentioned Assortment Must Meet the Following Requirements: Be New and Free from Defects, Original, Not Encumbered by the Rights of Third Parties. 3. Accompanying Documentation: Current Product Data Sheet Required with Delivery, 4. Offer Evaluation Criteria: 99% Price, 1% Completion Date. Ii. Order Completion Conditions: 1. Completion Date – Order Completion Date Expected by the Ordering Party 7 Business Days. The Ordering Party Indicates That It Allows the Submission of Offers With a Deadline Longer Than 7 Business Days. - The Unit of "days" Specified In the Completion Date Criterion Should Be Understood as Working Days - Completion Hours – 8:00 To 17:00 2. Principles of Delivery and Unloading of Goods – In Accordance with the Terms and Conditions 3. Place of Delivery: - Koleje Wielkopolskie Sp. Z Oo, Ul. Kolejowa 23, 60-717 Poznań, Rolling Stock Maintenance Point Poznań. The Contractor, No Later Than 12 Hours Before Starting to Execution of the Order, Is Obliged to Confirm the Goods Delivery Date, Including the Delivery Time. 4. Delivery Method: One-off Delivery, The Price Should Include the Cost of Delivery and Unloading. 5. Payment Term – In Accordance with the Terms and Conditions; (payment term 30 Days from the date of invoice issuance). The Buyer Accepts the Issuance and Delivery of Electronic Invoices by the Seller, In Pursuant to Art. 106n of the Act of 11 March 2004 on Tax on Goods and Services (i.e. Journal of Laws of 2022, item 931, as amended; hereinafter "VAT Act"). When issuing an Electronic Invoice, the Seller is obliged to prepare it in PDF format. - In the case of issuing an Electronic Invoice, the Seller is obliged to deliver it to the Buyer to the e-mail address: Faktury@koleje-wielkopolskie.com.pl. - In the case of issuing invoices in paper form, the Contractor is obliged to deliver them only to the following address: Koleje Wielkopolskie Sp. Z Oo Ul. Składowa 5, 61-897 Poznań In the event of delivering a paper invoice to a different address, the invoice may be deemed as undelivered, which may result in delays in its processing and payment. 6. Warranty Terms – In Accordance with the General Terms and Conditions; 7. Deadline for Removing Defects Under the Warranty – In Accordance with the General Terms and Conditions; 8. Contractual Penalties – In Accordance with § 7 of the General Terms and Conditions. At the same time, the Ordering Party informs that the total value of Contractual Penalties may not exceed 20% of the Remuneration. Iii. The course of the procedure: The Ordering Party informs that the procedure is conducted in two stages: A) Stage I - Submission of offers that will take part in Stage II, B) Stage II - Electronic bidding - the bidding will start automatically after the end of Stage I and will last 15 minutes, as well as the extra time - sub-stage of Stage II, the conditions of which are precisely described in the procedure settings on the Purchasing Platform. Each extra time lasts 3 minutes - it starts if another offer (bid) is submitted correctly within the last 3 minutes of the procedure. Contractors accepted by the Ordering Party, who do not submit their offer correctly at the stage of submitting offers (stage I), will be automatically asked out of the further stages of the procedure. The Ordering Party grants a confirmation of the order by placing information on the selection of the most advantageous offer on the Purchasing Platform. At the time referred to in the preceding sentence, the Order is awarded. The Ordering Party is entitled to withdraw from the Order Award at any time. Iv. Contractor's Declarations: The Ordering Party informs that participation in the subject Proceedings is equivalent to submitting the following Declarations: 1. I declare that I have fulfilled the Information Obligations Provided for in Art. 13 or Art. 14 of the GDPR*) towards Natural Persons from whom I have directly or indirectly obtained Personal Data in order to apply for the award of a public contract in this Proceeding. *Regulation (EU) 2016/679 of the European Parliament and of the Council of 27 April 2016 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data and repealing Directive 95/46/EC (General Data Protection Regulation) (OJ EU L 119 of 04.05.2016, p. 1). 2. I declare that I consent to the processing of my personal data provided by me voluntarily to the Ordering Party. Information Clause from Art. 13 of the GDPR - has been posted on the Eb2b Purchasing Platform in the "information obligation" tab. 3. I declare that the price offer on the Purchasing Platform was submitted by a person authorized to represent the Contractor. 4. I declare that the Subject Order will be carried out by Contractors Not Subject to Exclusion Under Art. 7 Section 1 of the Act of April 13, 2022 On Specific Solutions for Counteracting Support for Aggression Against Ukraine and Serving the Protection of National Security (i.e. Journal of Laws of 2023, item 129, as amended) V. Additional Information: The Proceedings Are Conducted in Accordance with the Provisions of § 25 of the Regulations on the Award of Sub-threshold Sectoral Contracts, Available to Contractors on the Ordering Party's Website https://koleje-wielkopolskie.com.pl/. In the Subject Proceedings, the General Terms and Conditions of Supply of Koleje Wielkopolskie Sp. Z Oo Available On The Ordering Party's Website https://bip.koleje-wielkopolskie.com.pl/zamowienia-publiczne/ogolne-warunki-dostaw/ Including the provisions of § 3 Sec. 7 of the General Terms of Supply of Koleje Wielkopolskie Sp. Z Oo Information Clause Under Art. 13 of the GDPR – Has Been Posted on the Eb2b Purchasing Platform In the “information obligation” tab. Please Send Any Questions Regarding the Proceedings Through the Purchasing Platform. Technical assistance can be obtained at the telephone number located in the footer at the bottom of the Page. A Contractor is excluded from the Proceedings on the basis of the premises indicated in § 7 Sec. 1 Points 1-4, 6 of the Regulations. The Ordering Party Is Authorized to Request the Contractors to Submit an Additional Offer Within the Meaning of § 2 Sec. 10 of the Regulations Based on Art. 7 Para. 1 of the Act of 13 April 2022 on Special Solutions for Counteracting Support for Aggression Against Ukraine and for Protecting National Security (consolidated text: Journal of Laws of 2023, item 129, as amended; hereinafter referred to as the "Sanctions Act"), the following Contractor is excluded from this Public Procurement Procedure: 1) Listed on the Lists Specified in Council Regulation (EC) No 765/2006 of 18 May 2006 concerning restrictive measures in connection with the situation in Belarus (OJ EU L 134 of 20.05.2006, p. 1, as amended; hereinafter referred to as "Regulation 765/2006") and Council Regulation (EU) No. 269/2014 of 17 March 2014 On Restrictive Measures In Respect Of Actions Undermining Or Threatening The Territorial Integrity, Sovereignty And Independence Of Ukraine (EU Official Journal L. 78 of 17 March 2014, p. 6, As Amended; hereinafter referred to as "Regulation 269/2014") Or Inscribed On The Basis Of The Decision On Inclusion On The List Of The Measure Referred To In Art. 1 Item 3 Of The Sanctions Act; 2) Whose Beneficial Owner within the meaning of the Act of 1 March 2018 on Combating Money Laundering and Terrorism Financing (Journal of Laws of 2022, items 593, 655, 835, 2180 and 2185) is a Person included in the lists specified in Regulation 765/2006 and Regulation 269/2014 or entered on the List or being such a Beneficial Owner from 24 February 2022, provided that He or she was entered on the List on the basis of the Decision on Entry on the List Determining the Application of the Measure Referred to in Art. 1 Item 3 of the Sanctions Act; 3) Whose Parent Entity within the meaning of Art. 3 Sec. 1 Point 37 of the Act of 29 September 1994 on Accounting (Journal of Laws of 2021, item 217, 2105 and 2106 and of 2022, item 1488), is an Entity Listed on the Lists Specified in Regulation 765/2006 and Regulation 269/2014 or Entered on the List or Being Such a Parent Entity from 24 February 2022, Provided That It Has Been Entered on the List Based on the Decision on Entry on the List Determining the Application of the Measure Referred to in Art. 1 Point 3 of the Sanctions Act.
MPWIK W M ST WARSZAWIE S A Tender
Poland
Closing Soon26 Feb 2025
Tender AmountNA
Details: The Ordering Party invites you to participate in a tender procedure for: Servicing and Legalization of Laboratory Scales for the Laboratory Division on the basis of § 7 Section 2 Item 1) of Regulation R-pzp-02 Granting by the Municipal Water and Sewage Company in the Capital City of Warsaw of Public Procurements Not Covered by the Obligation to Apply the Public Procurement Law - Edition 01 (published on the website www.mpwik.com.pl). The conditions for participation in the procedure and submission of offers are specified in the Specification of Order Conditions (swz) located in the Attachments tab. Note! 1. The offer should be submitted by filling in the offer fields and providing the VAT rate in the Purchasing Platform. 2. You should not submit your own offers in the form of attachments. We also ask you not to attach additional documents to the offer that are not required.
FEDERAL LAW ENFORCEMENT TRAINING CENTER USA Tender
United States
Closing Date12 Mar 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement For Information Only.
this Is Not A Request For Proposals. this Notice Is Posted In Accordance With Far 5.2 And 36.213-2 project Title: Fletc Construction Idiq Contract, North Charleston, Sc the Federal Law Enforcement Training Center (fletc) Located In North Charleston, Sc, Is Conducting Market
research To Determine The Existence Of Potential Business Sources To Provide Construction Services.
the Government Contemplates Soliciting For The Award Of One Indefinite Delivery, Indefinite Quantity (idiq)
contract. The Government Is Currently Seeking Capabilities From All Categories Of Small Businesses For The
purpose Of Determining Whether The Acquisition Should Be Set Aside For A Specific Category. Typical Task Orders
(tos) Will Consist Of A Broad Range Of New Construction, Additions, Alterations, Maintenance, And Repairs Of
institutional Buildings And Related Structures Of Real Property At The Location Listed Above. Individual, Firm-fixed
price Tos Will Be Issued Using The R.s. Means Estimating System Along With A Pre-negotiated Coefficient.
significant Sub-contracting Opportunities Can Be Expected In A Variety Of Trades To Include, But Not Limited To:
architectural, Mechanical, Electrical, Plumbing, Civil, Structural, Roofing, Demolition, Environmental Support,
carpentry, Roadwork, Painting, And Masonry. the Anticipated Performance Period Of This Contract Shall Consist Of One Base Year, Plus Four Individual Option
years, For A Total Of Five Years. An Additional Six-month Option Period Will Also Be Included In Accordance With
far 52.217-8, Option To Extend Services. the Total Program Value Of The Acquisition Is Anticipated To Between $50,000 Minimum And Not-to-exceed
$32,500,000 Over The Five-year Period (base Year Plus Four Option Years) And The Six-month Extension. The
naics For This Acquisition Is 236220, Commercial And Institutional Building Construction, With A Size Standard
of $45m. Bid, Payment, And Performance Bonds Are Required. Construction Wage Rate Requirements
(formerly Davis Bacon) Apply. if This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply. The Clause Requires
that The Concern Perform At Least 15 Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of
materials, With Its Own Employees. firms Responding Should Describe Any Teaming Arrangements And Reflect Relevant Past Performance History (3-5
years Of Project Management And Experience With R. S. Means Estimating Systems). Firms Should Describe
relevant Government Or Commercial Contract Experience, I.e., Cite Government Or Commercial Sources. The
purpose Of This Sources Sought Is To Determine If Any Small Business Commercial And Institutional Building
general Contractors, Commercial And Institutional Building Contractors, Commercial And Institutional Building
design-build Firms, And Commercial And Institutional Building Project Construction Management Firms Possess
the Necessary Capabilities To Perform The Requirements Identified. The Contractors Must Be Able To Provide A
bonding Capability For The Task Order Value For A Single Project At Or Above The Simplified Acquisition Threshold
(currently Equal To $250,000) And An Aggregate Bonding Capability Of $5,000,000. The Contractor Must Be Able
to Manage And Perform Multiple Projects Simultaneously. The Contractor Shall Be Able To Manage And Perform
projects With A Broad Range Of Technical Complexity And Specialty Trades (including But Not Limited To Site Work,
paving, Utilities, Structures, Mechanical, Electrical And Plumbing Systems, Finishes, Furnishings/outfitting,
carpentry). Experience Performing Contracts For Minor Modifications Or Services (e.g., Less Than $50,000) On A
recurring And/or Pre-priced Task Order Basis Are Not Considered Relevant For Purposes Of This Requirement. the Submittal Response For This Sources Sought Shall Include Two Parts. 1. A One-page Summary Of Company Including:
• Company's Name, Address, Primary Poc And Telephone Number
• A Positive Statement Of Your Intent To Submit A Proposal As A Prime Contractor
• Description Of Principal Business Activity
• Company's Business Size Standard (specifically Identify If You Are A Small Business, 8(a) Business
development Participant, Service-disabled Veteran Owned Small Business (sdvosb), Woman-
owned Small Business, Economically Disadvantaged Woman-owned Small Business, Or A Hub Zone
small Business)
• Sam Unique Entity Id Number And Cage Code (for Prime And Major Subcontractors/teaming Partners)
• Bonding Capability At The Individual Project And Aggregate Level.
• Design Build Partnership Arrangements. 2. Supporting Detailed Information Listing Relevant Work Performed In The Previous 3-5 Years To Include:
• Customer/agency Name
• Customer Contact Information (address, Current Phone Number And Current E-mail Address)
• Contract Number
• Contract Type
• Dollar Value Of Project
• Description Of Project (identify Major Features Of Work)
• Percent And Description Of Work Self-performed
• Current Status Of Project (date Completed, Or Projected Completion Date And Percentage Completed) the Information Shall Identify The Firm's Specific Capabilities That Are Relevant To, And Reflect The Magnitude Of
the Above Requirements. If Applicable, The Firm's Estimated 8(a) Graduation Date Should Also Be Included In The
information. It Is Not Sufficient To Provide Only General Brochures Or Generic Information. The Information Shall
also Include Relevant Past Experience For Each Teaming Partner/subcontractor. The Capability Information,
exclusive Of The One-page Summary, Shall Not Exceed Seven (7) Pages (including Attachments) And Shall
contain A Minimum Font Size Of 12. It Should Be Submitted Electronically Only (via E-mail) To The Primary Point Of
contact (poc) Listed Below. no Solicitation Exists, Therfore Do Not Request A Copy Of The Solicitation. if A Solicitation Is Released It Will Be Synopsized Under Contract Opportunities On Sam.gov Website
(https://sam.gov/content/home). It Is The Responsibility Of The Potential Offerors To Monitor This Site For The
release Of Any Solicitation Or Synopsis. This Sources Sought Is For Informational And Planning Purposes Only
and Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Any
information Provided. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be
issued To The Respondents. Any Future Solicitation Information, If Released, May Be Obtained Through The Above
referenced Sam.gov Website. contractors That Are Debarred, Suspended, Or Proposed For Debarment Are Excluded From Receiving Contracts.
agencies Also Shall Not Consent To Subcontract With Such Contractors. Proposals Prepared By Debarred,
suspended, Or Otherwise Ineligible Contractors Are At The Risk And Expense Of The Contractor. a Draft Statement Of Work Is Attached For Your Reference. all Interested Prime Contractors Are Highly Encouraged To Submit Responses To This Announcement, Via Email
only, By The Due Date/time And To The Poc Listed Below. due Date And Time For Responses:
march 12, 2025 At 1700 Eastern Standard Time contracting Office Point Of Contact (poc):
aubreigh.b.sumner@fletc.dhs.gov place Of Performance:
department Of Homeland Security
federal Law Enforcement Training Center (fletc)
north Charleston, Sc 29405
united States
Livingston Parish Louisiana Tender
United States
Closing Date18 Mar 2025
Tender AmountRefer Documents
Details: Public Notice Invitiation For Request For Qualifications For Engineering Services Livingston Parish Government Invites Qualified Engineering Firms To Submit A Statement Of Qualifications For The Following Project: Drainage Improvements In Livingston Parish Enginnering Fee: To Be Negotiated This Project And The Procedures For The Selection Of This Firm Will Be In Accordance With All Requirements Of The Housing And Urban Development, Louisiana Office Of Community Development, Federal Code Of Regulations (2crf200), The State Of Louisiana, And The Standard Of Livingston Parish. All Responses Received Will Be Evaluated In Accordance With The Selection Criteria Identified In The Request For Qualifications Information Packet Available From The Parish. That Information Also Identifies The Scope Of Services To Be Performed By The Selected Firm. All Engineering Firms Shall Also Be Registered With The Louisiana State Board Of Registration For Professional Engineers And Land Surveyors, In Accordance With La Rs 37:689. A Copy Of The Current Certificate(s) Of Registration Shall Be Attached To Each Statement Of Qualification. Failure To Be Registered And In Good Standing With The Aforementioned Board Will Lead To The Rejection Of Qualifications Statement. Livingston Parish Government Will Award The Project To The Respondent Obtaining The Highest Recommendation And Points Based Upon A Section Committee Review Of The Submitted Statement Of Qualifications And Work References. Interested Firms Are Invited To Secure An Informational Packet From Livingston Parish Government Grants Department, Heather Crain, Grants Manager, Or Download An Electronic Copy Of The Official Request For Qualifications Packet From Central Bidding Website: Www.centralbidding.com. Only Those Firms That Have Responded In Accordance With The Official Rfq Packet For This Project Obtained From Livingston Parish Government Or Central Bidding Will Be Considered By The Livingston Parish Selection Committee. Additionally, The Firm Selected For This Project Will Be Required To Include The Parish’s Standard Contract Provisions In Its Contract For Engineering Services As Amended For This Project. The Overall Level And Scope Of Services Will Be Determined By Livingston Parish Government. A Fixed Sum Contract Will Be Negotiated With The Selected Firm. Responding Firms Must Be Prepared To Provide An Audited Overhead Rate For The Purpose Of Contract Negotiation And Determination Of Cost Reasonableness. Any Questions Or Problems Related To The Download Of The Rfq Packet Should Be Directed By Email To Heather Crain At Hcrain@livingstonparishla.gov. The Response To This Rfq Must Be Hand Delivered To The Above-named Person At Livingston Parish Government, Grants Department, 20355 Government Blvd., Suite E, Livingston, La 70754, (dmv Building – Second Floor) Or Mailed To The Above-named Person At P.o. Box 427, Livingston, La 70754, In Such A Manner That It Is Received No Later Than 3:00 P.m. Tuesday, March 18, 2025. Statements Of Qualifications That Have Not Been Received By The Deadline Date And Time Will Be Rejected. Livingston Parish Government Is An Equal Opportunity Employer. Responding Firms Are Encouraged To Utilize Minority Participation In This Contract Through The Use Of Disadvantaged And Women-owned Businesses As Suppliers Or Sub-contractors. Livingston Parish Government Encourages Submission By Dbe, Minority, Veteran, And/or Women Owned Businesses. Livingston Parish Government Randy Delatte Parish President Heather Crain Grants Manager
St Charles Parish Public Schools Tender
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents
Details: St. Charles Parish Public Schools (“scpps”) Is Seeking Qualifications From Licensed Insurance Brokers To Assist Scpps In Providing A Full Range Of Services Related To The Design, Marketing, Improvement, And Compliance Of Sccps’ Employee Benefits Program For All Employees And Retirees. Qualifications Are To Be Submitted Electronically. Herein, The Words “respondent(s)”, “vendor(s)”, “firm(s)”, Or “proposer(s)” Are Used Interchangeably, And Refer To The Entity Who Is Submitting Such A Proposal. Interested Firms Are Invited To Submit Proposals To Scpps Electronically Via The Central Auction House Website Located At The “online Bids & Rfps” Link Under The Resources Tab At The Scpps Website Https://www.wearescpps.org. Questions Should Be Submitted Electronically Via The Online Site No Later Than March 03, 2025. Firms Are Responsible For Checking The Website Above Periodically For Any Updates Or Revisions To The Rfq. Scpps Will Not Accept Any Paper Or Emailed Submissions. All Proposals Must Be Submitted Via Central Auction House. All Proposals Will Be Accepted Until 4:00 Pm Central Standard Time On March 31, 2025. All Qualifications Received Will Be Taken Under Advisement As Submitted By The Assigned Date And Time At Scpps. All Requirements Must Be Addressed In Your Proposal. Non-responsive Proposals Will Not Be Considered. Failure To Follow These Instructions Could Result In Disqualification Of The Qualification. Scpps Reserves The Right To Reject Any And All Proposals. All Qualifications, Whether Selected Or Rejected, Shall Become The Property Of The Scpps. All Information Submitted With The Proposal Must Be Typed Or Legibly Written. This Rfq Does Not Commit Scpps To Award A Contract Or Pay Any Costs Incurred In The Preparation Of A Proposal Responsive To This Request. Scpps Reserves The Right To Accept All Or Part Of Any Proposal Or To Cancel In Part Or In Its Entirety This Rfq. Scpps Further Reserves The Right To Accept The Proposal That It Considers To Be In The Best Interest Of Scpps. Firms Are Not Allowed To Contact Other Scpps Departments, Schools Or Centers About The Rfq. After Thirty (30) Days From Delivery Of Written Notice To Either The School District Or The Successful Proposer Without Cause And Without Prejudice To Any Other Right Or Remedy, Either Party May Elect To Abandon And Terminate This Agreement.
Lafayette Consolidated Government Tender
United States
Closing Date28 Mar 2025
Tender AmountRefer Documents
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 4:00 P.m. Central Time On The 28th Day Of March, 2025 For The Following: 167118.5.8290 Abatement & Demolition And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Work: The Scope Of Work Shall Consist Of All Environmental Waste Removal, Decommissioning, Demolition Of Designated Structures, And Concrete And Soil Remediation Located At The Project Site And Shall Include All Labor, Equipment, Materials, Handling, Permitting, And Testing In Accordance With The Contract Drawings And Specifications. All Work Shall Be Completed Within Four Hundred Twenty-six (426) Calendar Days From Issuance Of Notice To Proceed. Refer To Article 5 Schedule, Completion And Stipulated Damages Of The General Conditions For Further Details. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com). Official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Christian Janes At Cjanes@lafayettela.gov. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail Within Forty-eight (48) Hours From Bid Opening . Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Contractor At The Website Listed Above. Bidders Submitting Bids Electronically Shall Include All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide One (1) Hard Copy Within Forty-eight (48) Hours From Bid Opening Through The Mail. Bidders Providing Bids My Mail, Shall Include One (1) Hard Copy With All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide An Electronic Copy In One (1) Usb Flash Drive. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Submission Of Confidential, Proprietary, Or Tradesecret Information (see La. R.s. 44:3.2(d) As A Public Entity, Lafayette Consolidated Government Is Subject To The Louisiana Public Records Law, Which May Require Submissions Of Bidders To Be A Public Record. Pursuant To La. R.s. 44:3.2(d), Bidders Who Submit Documents Or Information They Believe To Be Proprietary Or Trade Secret Must Clearly Mark Each Page Or Piece Of Information Which Is, In The Bidder’s Opinion, Proprietary Or Trade Secret And Must Also Submit With Such Information A Cover Sheet That Reads As Follows In Bold Type: Document Contains Confidential Proprietary Or Trade Secret Information La. R.s. 44:3.2(d) Requires Lafayette Consolidated Government To Make A Determination As To Whether A Bidders Submission Is In Fact Proprietary Or Trade Secret Information Within Thirty (30) Calendar Days Of The Bidder’s Submission. 167118.5.8290 – Notice To Bidders Rev 0 Page 2 Of 2 Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Written Evidence Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available Upon Request By Contacting Purchasing & Property Management Division, Located At 705 West University Avenue, Lafayette, Louisiana Upon Payment Of Fifty Dollars ($50.00) Per Set, Non-refundable, Made Payable To The Lafayette Consolidated Government. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Directed To Christian Janes By Email At Cjanes@lafayettela.gov. Within One (1) Week Upon Receipt Of The Invitation To Bid, Bidders Are Encouraged To Confirm Intent To Submit A Bid By Replying To The "invitation To Bid" Email Sent By Christian Janes (cjanes@lafayettela.gov). Bidders Are Requested To Attend A Mandatory Pre-bid Meeting, Which Will Be Held On March 12th, 2025 At 10 A.m. Central Time In The Engineering Conference Room 2 At The Lus Operations Center Located At 1314 Walker Rd., Lafayette, La 70506. Included In The Mandatory Pre-bid Meeting Will Be A Site Tour Of The Demolition Area. All Attendees Are Required To Provide The Following Minimum Personal Protective Equipment (ppe) Provisions; Closed Toe Shoes, Hard Hat, Shirt With Long Sleeves, Long Pants (no Shorts). Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of All Additive Line Items Of The Base Bid. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Working Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Calendar Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. In Accordance With Public Bid Law, Bids Are Valid For A Period Of Fortyfive (45) Calendar Days From The Time Of The Opening Of Bids. Bids Will Be Evaluated By The Owner Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Bidders And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 337-291-8410. Publish Dates: 02-19-25; 02-23-25; 03-02-25 Purchasing Division Dpr 992304 Lafayette Consolidated Government
Jefferson Parish Government Tender
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents
Details: Public Notice Soq 25-003 Seeking Additional Persons Or Firms Interested In Providing Routine Engineering Services For Sewer Projects In Jefferson Parish Who Are Not One Of The Forty-six Persons Or Firms Approved By Resolution No. 144664 The Parish Of Jefferson Authorized By Resolution No 145516. Is Hereby Soliciting Statements Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Sewer Projects In Jefferson Parish, Who Are Not One Of The Forty-six (46) Persons Or Firms Approved By Resolution No. 144664, Dated August 7, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Sewer Contracts For The Remainder Of The Two-year Period Beginning August 7, 2024. Deadline For Submissions: 3:30 P.m., March 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: • 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; • 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; • 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; • 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). • 5) Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).); • 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); • 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: 1. One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana 2. A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years’ Experience In The Disciplines Involved 3. One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (tec) Professional Services Questionnaire Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A ((tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (tec) Professional Services Questionnaire By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv:the New Orleans Advocate: February 19, 26 And March 05, 2025
City Of Baton Rouge Parish Of East Baton Rouge Tender
United States
Closing Date18 Mar 2025
Tender AmountRefer Documents
Details: Notice To Proposers Notice Is Hereby Given That Sealed Bids Will Be Received By The City Of Baton Rouge And The Parish Of East Baton Rouge Purchasing Division Until 2:00 Pm Cst On March 18, 2025 In Room 826, Of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 For: Rfp 2025-04-7710 – Disaster Debris Management And Monitoring Services A Mandatory Pre-proposal Conference Will Be Held In-person On March 6, 2025 At 10:00 Am. The Mandatory Pre-proposal Conference Will Be Conducted At City Hall, 222 Saint Louis Street, Baton Rouge, La 70802 In Conference Room 802. Attendance At The Pre-proposal Conference Is Required To Receive An Award For This Project. Copies Of The Request For Proposal May Be Obtained From Lapac (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspbid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) Or By Email Request To: 7010disasterdebrissvcs@brla.gov. *note: The City-parish Has Elected To Use Lapac, The State’s Online Electronic Bid Posting And Central Bidding Notification System, In Addition To Its Standard Means Of Advertising This Requirement. Lapac Is Resident On State Purchasing’s Website At Https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm And Is Available For Vendor Self-enrollment. Note: This Rfp Is Not Available To Submit Online Via Central Bidding; Submissions Must Be Mailed Or Hand Delivered To The Address Mentioned In The Rfp. In That Lapac And Central Bidding Provides An Immediate E-mail Notification To Subscribing Bidders That A Solicitation And Any Subsequent Addenda Have Been Let And Posted, Notice And Receipt Thereof Is Considered Formally Given As Of Their Respective Dates Of Posting. Though Not Required If Receiving Solicitation And Addenda Notices From Lapac And Central Bidding The City-parish Will Email Addenda To All Vendors Contacting Our Office And Requesting To Be Put On Our Office Vendor Listing For This Solicitation. The Deadline For Receiving Written Inquiries Is March 7, 2025 At 5:00 Pm Cst. Proposals Received After The Above Specified Time Will Not Be Considered. Proposals Will Be Opened Immediately After Proposal Opening Time In Room 806, Of City Hall. All Interested Parties Are Invited To Be Present. Teleconference Call-in Information For Public Access To Rfp Opening: Join By Phone: +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 This Teleconference Number Will Provide You With Live Audio Access To This Proposal Opening. The Teleconference Will Be Live Only At The Noted Rfp Opening Time On The Date Of Rfp Opening. The Right To Reject Any And All Proposals And To Waive Irregularities And Informalities Is Reserved. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The City-parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 25% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening.
Tourism Development Fund Tender
Saudi Arabia
Closing Date12 Mar 2025
Tender AmountRefer Documents
Description: Strapi internal website management license renewal
31-40 of 10000 active Tenders