Website Tenders
Website Tenders
Koleje Wielkopolskie Sp Z O O Tender
Poland
Closing Soon3 Mar 2025
Tender AmountNA
Details: I. Subject of the Proceedings: 1. Description of the Subject of the Order: - Hexagon Head Screw M16x45 Class 8.8 Coating A3p; PN-EN Iso 4017 – 672 pcs. 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: - Marking on the Product: Manufacturer's Name, Product Type/Catalog Number, Ce Mark If Required in the EU Or Coc Certificate of Conformity. 4. Having regard to the provisions of Commission Implementing Regulation (EU) 2019/779 of 16 May 2019 laying down detailed provisions concerning a system of certification of entities in charge of maintenance of vehicles in accordance with Directive (EU) 2016/798 of the European Parliament and of the Council and repealing Commission Regulation (EU) No 445/2011 (OJ EU L. 2019, p. 139, as amended; hereinafter referred to as "Regulation 2019/779"), the Contracting Authority, as the entity in charge of maintenance of vehicles within the meaning of Directive (EU) 2016/798 of the European Parliament and of the Council of 11 May 2016 on railway safety (recast) (OJ EU L. 2019, p. 2016 R. No. 138, Page 102, As Amended), Taking into account the impact of correct execution of the order on railway traffic safety, requires that the subject of the order be executed by contractors having an appropriate and documented maintenance and management system within the meaning of point 9.2 letter B) of annex Ii to regulation 2019/779 (e.g. ISO 9001:2015, Iris). Confirmation that the subject of the order will be executed by contractors having an appropriate and documented maintenance and management system is the submission of the declaration referred to in chapter iv point 4. 5. Offer evaluation criterion: 99% price, 1% completion date. Ii. Conditions of order execution: 1. Implementation date The order execution date expected by the ordering party is 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 Implementation Deadline Criterion Should Be Understood as Business Days. - Implementation Hours – 8:00 AM To 5:00 PM; 2. Principles of Delivery and Unloading of Goods – In Accordance With the Owd 3. Place of Delivery: - Koleje Wielkopolskie Sp. Z Oo, Ul. Kolejowa 3 /rolling stock maintenance hall Zbąszynek/, 66-210 Zbąszynek, Rolling Stock Maintenance Point Zbąszynek. The Contractor, No Later Than 12 Hours Before Starting to Execute the Order, Is Obliged to Confirm the Delivery Date of the Goods, Including the Delivery Time. 4. Delivery Method: One-off Delivery, The Price Should Include the Cost of Delivery and Unloading. 5. Payment Deadline – In Accordance with the T&Cs; (payment deadline 30 days from invoice issue). The Buyer Accepts the Issuance and Delivery of Electronic Invoices by the Seller, In Accordance with 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 exclusively 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 Performed by Contractors Having an Appropriate and Documented Maintenance and Management System within the meaning of Point 9.2 Letter B) of Annex Ii to Commission Implementing Regulation (EU) 2019/779 of 16 May 2019 laying down detailed provisions concerning the Certification System of Entities in Charge of Maintenance of Vehicles in Accordance with Directive (EU) 2016/798 of the European Parliament and of the Council and repealing Commission Regulation (EU) No. 445/2011 (Journal of Laws of the EU, 2019, p. 139, as amended). 5. I declare that the Subject Order will be Performed by Contractors Not Subject to Exclusion Under Art. 7 Sec. 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 (consolidated text: 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 for the Award of Sub-threshold Sectoral Contracts, Available to Contractors on the Ordering Party's Website https://koleje-wielkopolskie.com.pl/. Due to the Impact of the Execution of the Order on Transport Safety, the Provisions of § 5 Section 2 and § 22 of the Regulations Apply to the 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 entitled to request the contractors to submit an Additional Offer Within The Meaning Of §2 Sec. 10 of the Regulations". Pursuant to Art. 7 Sec. 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.
Koleje Wielkopolskie Sp Z O O Tender
Poland
Closing Soon3 Mar 2025
Tender AmountNA
Details: The subject of the Order is: Development of a functional and utility program (pfu) together with a cost estimate and bill of quantities for the renovation of the track in the hall and the inspection canal (including the construction of a new floor in the area of the renovated track and canal) and the construction of tracks and turnouts outside. Location Zbąszynek, ul. Kolejowa 3, Rolling Stock Maintenance Point. (52.24037292622691, 15.818142182947346) 1. Scope of works Internal Inspection Canal (length approx. 50 meters): Construction of a new cap. Cleaning of the canal. Plastering of the canal walls. Unclogging drainage. Installation of lighting in the canal. Replacement of rails. Internal track in the hall (length approx. 75 meters): Track laid on a slab. Rail Installation Flooring at the Renovated Track: Creation of a New Floor at the Renovated Track in Order to be able to use Column Lifts on it. Outside Track: Creation of Tracks Allowing Entry to Two Tracks Inside the Hall Installation of Two Turnouts Drip Tray Designed for Washing Components in One Track. Electrical Installation: Power Sources for Mobile Column Lifts and in the Inter-Track Area of Existing Channels 2. Additional Requirements Materials and Inventory: The Contractor Provides All Materials and Inventory at Its Own Cost. Documentation Delivery: Documentation Delivery Required in the Form of: 1 Paper Copy, 1 Digital Copy in PDF and DWG Format, Source Files, Architectural Drawings. Meetings: The Contractor Should Organize At Least 1 On-Site Meeting And 3 Online Meetings During the Implementation of the Development. 3. Deadlines for Development of the Pfu And Other Documentation – 21 Calendar Days From the Moment of Signing the Agreement / Award of the Order. 4. Requirements for the Contractor and Staff 4.1. Staff The Contractor Is Obliged to Provide a Team Consisting of the Following Specialists: Railway Industry Designer – Min. 5 Years of Experience, At least 2 Projects Related to the Construction, Modernization of Track Systems Construction and Construction Designer – Min. 3 Years of Experience, At least 2 Projects Related to the Construction, Modernization or Renovation of Industrial Building Facilities 4.2. The Contractor Is Obliged To Present At Least Two References Confirming Experience In The Implementation Of Similar PFU Studies Or Projects Of Similar Scope (Construction And Track Industry) For A Value Of No Less Than PLN 100,000.00 Each. 4.3. Third Party Liability Insurance The Contractor Is Obliged To Have A Current Third Party Liability Insurance Policy Within The Scope Of The Business Conducted Related To The Subject Matter Of The Order For The Amount Of PLN 500,000.00. 5. Working Meetings Pfu Stage: Minimum 1 Meeting On Site Minimum 3 Online Meetings 6. Form of Documentation Text documentation: Pdf, Docx, Conceptual Drawings and Diagrams: Dwg, Pdf, Source Files Cost estimate: Xlsx, Pdf Situation Map with Track Layout: Dwg, Pdf, Source Files Paper Version: 1 Printed Copy Electronic Version: USB medium or Ordering Party's server 7. Transfer of Copyright The Contractor undertakes to transfer to the Ordering Party all Copyright Property Rights to the developed Concept and Pfu, without time and territorial limits. 8. Draft Agreement and Form of Order The Contractor is obliged to submit the Draft Agreement Together with the Offer. The Ordering Party will decide on signing the Agreement or awarding the Order. 9. Security and Liability The Ordering Party may charge contractual penalties for delays or improper execution of documentation. In the event of exceeding the deadlines, the Ordering Party has the right to terminate the Agreement or withdraw from the Order. 10. Evaluation Criteria and Payment Deadline · 100% - Price · Payment - 30 Days from the Transfer of Complete and Final Documentation Ii. Conditions of Order Execution: As described Iii. Course of the Procedure: The Ordering Party informs that the Procedure is conducted in two stages: A) Stage I - Submission of Offers that will participate 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 described in detail 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 Proceedings. Contractors Accepted By The Ordering Party Who Do Not Submit Their Offers Correctly At The Stage Of Submitting Offers (and Stage) Will Be Automatically Removed From The Further Stages Of The Proceedings. The Ordering Party Grants Confirmation Of The Order By Placing Information On The Selection Of The Most Advantageous Offer On The Purchasing Platform. The Ordering Party Is Awarded The Order At Any Time Without Giving A Reason. Additional Information: Please Send Any Questions Regarding The Proceedings Through The Purchasing Platform. Technical Assistance Is Available At The Telephone Number In The Footer At The Bottom Of The Page. Iv. Contractor's Declarations: The Ordering Party informs that participation in this Proceeding is equivalent to submitting the Declarations below: 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 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 pursuant to art. 13 of the GDPR – has been posted on the Eb2b Purchasing Platform in the “information obligation” tab. 3. I declare that the subject order will be carried out by contractors who are not subject to exclusion pursuant to §7 sec. 1 of the regulations for the award of sub-threshold sectoral contracts, in the wording specified in Appendix No. 2 to resolution no. 5/2025/zs dated 24 January 2025 and made available on the website: https://bip.koleje-wielkopolskie.com.pl/zamowienia-publiczne/regulamin-udzielania-zamowien/ and pursuant to art. 7 sec. 1 of the Act of April 13, 2022 on Special Solutions for Counteracting Support for Aggression Against Ukraine and Protecting National Security (consolidated text: Journal of Laws of 2024, item 507).
Saudi Electricity Regulatory Authority Tender
Saudi Arabia
Closing Date12 Mar 2025
Tender AmountRefer Documents
Description: Competition to improve and provide development services for the Authority’s website
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents
Details: Page 11 Of 60
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. this Solicitation Is For A Small Business Set-aside In The Open Market. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 325413 With A Small Business Size Standard Of 1,250 Employees.
the Fsc/psc Is 6525. the Lexington Vamc Is Seeking The Below Items.
all Interested Companies Shall Provide A Quotation For The Following: b.2 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 40.00
ea
__________________
__________________ f18-florbetapir Neuraceq Per Unit Dose contract Period: pop Begin: 03-15-2025
pop End: 03-14-2026
principal Naics Code: 325413 - In-vitro Diagnostic Substance Manufacturing
product/service Code: 6525 - Imaging Equipment And Supplies: Medical, Dental, Veterinary
local Stock Number: Clin 0001 1001 55.00
ea
__________________
__________________ f18-florbetapir Neuraceq Per Unit Dose contract Period: pop Begin: 03-15-2026
pop End: 03-14-2027
principal Naics Code: 325413 - In-vitro Diagnostic Substance Manufacturing
product/service Code: 6525 - Imaging Equipment And Supplies: Medical, Dental, Veterinary
local Stock Number: Clin 0001 2001 70.00
ea
__________________
__________________ f18-florbetapir Neuraceq Per Unit Dose contract Period: pop Begin: 03-15-2027
pop End: 03-14-2028
principal Naics Code: 325413 - In-vitro Diagnostic Substance Manufacturing
product/service Code: 6525 - Imaging Equipment And Supplies: Medical, Dental, Veterinary
local Stock Number: Clin 0001 3001 85.00
ea
__________________
__________________ f18-florbetapir Neuraceq Per Unit Dose contract Period: pop Begin: 03-15-2028
pop End: 03-14-2029
principal Naics Code: 325413 - In-vitro Diagnostic Substance Manufacturing
product/service Code: 6525 - Imaging Equipment And Supplies: Medical, Dental, Veterinary
local Stock Number: Clin 0001 4001 100.00
ea
__________________
__________________ f18-florbetapir Neuraceq Per Unit Dose contract Period: pop Begin: 03-15-2029
pop End: 03-14-2030
principal Naics Code: 325413 - In-vitro Diagnostic Substance Manufacturing
product/service Code: 6525 - Imaging Equipment And Supplies: Medical, Dental, Veterinary
local Stock Number: Clin 0001 grand Total
__________________ b.3 Delivery Schedule
item Number
shipping Information
quantity
delivery Date
all Clins va Medical Center Lexington 1101 Veterans Drive
lexington, Ky 40502 03/15/2025-03/14/2030 36c24925q0157 page 1 Of page 28 Of 59 page 1 Of please See The Attached Statement Of Work For Salient Characteristics And Expectations For This Procurement. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (mar2023)
addendum- All Quoters Shall Submit The Below Items. Non-compliance To The Below Items With This Requirement May Result In Disqualification Of The Quote. only One Quote. Quote Shall Be On Offeror S Company Letterhead, In Pdf Format And Emailed To Ayslin.kennett@va.gov Nlt 03/06/2025 At 10:00 Am Ct. The Solicitation Number, 36c24925q0157 Must Be Referenced In The Subject Line. product Information Brochure With Specifications And User Manual Shall Accompany Quote. offeror Must Submit Certification That Equipment Meets The Salient Characteristics Of Listed Above. quote Must Reflect The Statement Of Work In This Solicitation. far 52.212-2, Evaluation Commercial Items (nov2021)
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors:
(1) Price
(2) Technical Or Quality The Offerors Ability To Meet Desired Turnaround Times As Stated In The Statement Of Work.
(3) Past Performance References the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms And Conditions.
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far Number
title
date
52.204-7
system For Award Management
oct 2018
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.211-6
brand Name Of Equal
aug 1999
(end Of Provision) (end Of Addendum) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (dec2022 offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec2023)
addendum-
52.252-2 Clauses Incorporated By Referenceâ (feb 1998)
â This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/theseâ address(es):
â â http://www.acquisition.gov/far/index.htmlâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â
â â http://www.va.gov/oal/library/vaar/â â â â â â â far Number
title
date
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Overment Entity Code Maintenance
aug 2020
52.217-6
option For Increased Quantity
mar 1989
52.217-7
option For Increased Quantity-separately Priced Line Item
mar 1989
852.203-70
commercial Advertising
may 2018
852.211-70
equipment Operating And Maintenance Manuals
nov 2018
852.212-71
gray Market And Counterfeit Items
feb 2023
852.215-71
evaluation Factor Commitements
oct 2019
852.219-73
va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses(deviation)
jan 2023
852.232-72
electronic Submission Of Payment Requests
nov 2018
852.247-73
packing For Domestic Shipment
((end Of Clause)
oct 2018
vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Nonmanufacturer Of Such Supplies), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (ii) [ ] In The Case Of A Contract For Supplies From A Nonmanufacturer, It Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. The Offeror Understands That, As Provided In 13 Cfr 121.406(b)(7), Such A Waiver Has No Effect On Requirements External To The Small Business Act, Such As The Buy American Act Or The Trade Agreements Act. (2) Manufacturer Or Nonmanufacturer Representation And Certification. [offeror Fillin Check Each Applicable Box Below. The Offeror Must Select The Applicable Provision Below, Identifying Itself As Either A Manufacturer Or Nonmanufacturer]: (i) [] Manufacturer Or Producer. The Offeror Certifies That It Is The Manufacturer Or Producer Of The End Item Being Procured, And The End Item Is Manufactured Or Produced In The United States, In Accordance With Paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The Offeror Certifies That It Qualifies As A Nonmanufacturer In Accordance With The Requirements Of 13 Cfr 121.406(b) And Paragraph (a)(1)(ii). The Offeror Further Certifies It Meets Each Element Below As Required In Order To Qualify As A Nonmanufacturer.
[ ] The Offeror Certifies That It Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At 13 Cfr 121.201, Footnote 18).
[ ] The Offeror Certifies That It Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied.
[ ] The Offeror Certifies That It Will Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice. (iii) [ ] The Offeror Certifies That It Will Supply The End Item Of A Small Business Manufacturer, Processor, Or Producer Made In The United States, Unless A Waiver As Provided In 13 Cfr 121.406(b)(5) Has Been Issued By Sba. [contracting Officer Fill-in Or Removal (see 13 Cfr 121.1205). This Requirement Must Be Included For A Single End Item. However, If Sba Has Issued An Applicable Waiver Of The Nonmanufacturer Rule For The End Item, This Requirement Must Be Removed In The Final Solicitation Or Contract.] Or [contracting Officer Tailor Clause To Remove One Or Other Block Under Subparagraph (iii).] [ ] If This Is A Multiple Item Acquisition, The Offeror Certifies That At Least 50% Of The Estimated Contract Value Is Composed Of Items That Are Manufactured By Small Business Concerns. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.] (3) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (4) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract Or To Determine Whether The Offeror Qualifies As A Manufacturer Or Nonmanufacturer In Compliance With The Limitations On Subcontracting Requirement. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: ___________
printed Title Of Signee: _____________
signature: ____________
date: ______________
company Name And Address: _______________
(end Of Clause)
(end Of Addendum)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable:
[x] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[x] (8) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117 328).
[x] (9) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note).
[x]â (22)â 52.219 27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f).
[x]â (23)â (i) 52.219 28, Post-award Small Business Programâ rerepresentationâ (marâ 2023) (15 U.s.c. 632(a)(2)).
[x] (29) 52.222 19, Child Labor Cooperation With Authorities And Remedies (dec 2022) (e.o. 13126).
[x] (30) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[x] (31)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[x] (33)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[x] (36)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
[x] (45) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
[x]â (49)(i)â 52.225-1, Buy American Supplies (oct 2022) (41 U.s.c. Chapter 83).
[x] (iv) Alternate Iii (jan 2021) Of 52.225-3.
[x] (52) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
[x] (59) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). (end Of Clause)
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. any Questions Or Concerns Regarding This Solicitation Shall Be Sent In Writing Only Via Email Addressed To Ayslin.kennett@va.gov Subject Line: 36c24925q0157. Questions Shall Be Submitted No Later Than 02/27/2025 @ 10:00 Am Ct. Quote Must Be Submitted No Later Than 03/06/2023 @ 10:00 Am Ct.
DEPT OF THE AIR FORCE USA Tender
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connection With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf). any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb. background an Original Rfi Was Posted To Sam.gov In December 2024 And Was Titled "rfi - Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), Instrument Landing System/distance Measuring Equipment (ils/dme), Kucova Ab, Albania". The Original Rfi Has Been Broken Out Into Two New Separate Rfis To Provide More Focus And Clarity. One Rfi For Vortac, And One Rfi For Ils/dme. Each New Rfi Is Its Own Controlling Document That Vendors Should Base Their Responses On. The Original Rfi Is Simply Included As An Attachment To Provide Transparency, Context, And Background Information Only. overview the Program Is In Support Of Us Government Foreign Partner, The Aaf At Kucova Air Base, Albania. The Program Will Provide One (1) Vortac System, And All Necessary Communications And Electrical Power Site Infrastructure Extensions, Not To Exceed 30-meters, To Infrastructure Terminations On The Airfield. Aaf Will Provide The Infrastructure As Part Of An Air Base Renovation Program. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). the Us Government Is Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft. the Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Test (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, System Manuals, Shipping To Kucova Air Base, Spares, Consumables, Special Tools And Other Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Commercial Warranty, And 5-years Repair And Return (r&r). the Us Government Is Seeking Information Regarding Price And Support. requested Information information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page:
• Company Name/division, Address, Telephone Number, Website Url.
• Point-of-contact Name, Title, Telephone Number, And E-mail Address.
• Unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov).
• Business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business).
• The Facility Clearance Of The Offeror. based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address:
• Experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems.
• Experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems. in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems.
provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements. responses
interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 March 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below.
ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil questions
questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 24 March 2025 Will Be Answered.
DEPT OF THE NAVY USA Tender
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|see Schedule Page|tbd|tbd|tbd|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334111|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government.
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 100 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract. Check One: Firm-fixed-price ___ Estimated ___ Nte ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Display Unit .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Display Unit Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be
performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor
or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;70mf8 4220r3b-352-21q;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
STATE, DEPARTMENT OF USA Tender
United States
Closing Date12 Mar 2025
Tender AmountRefer Documents
Details: The Embassy Of The United Stated Of America In Riyadh, Saudi Arabia Has A Requirement For The Acquisition Of Gardening And Ground Maintenance Services To Be Performed Within The Diplomatic Quarter (dq) In Riyadh. scope Of Contract: The Contractor Shall Provide Gardening And Ground Maintenance Services To The United States Embassy In Riyadh, Kingdom Of Saudi Arabia. Work To Be Performed Within The Diplomatic Quarter (dq) In Riyadh, Saudi Arabia. the Anticipated Performance Period Is For One Base Year And If Exercised By The Government, Four One-year Option Periods. All Responsible Sources May Submit A Proposal, Electronically, To Riyadhcontracting@state.gov. please Note This Solicitation Is Not Ready To Be Issued As Of This Date. When The Solicitation Is Available, The Embassy Of The United States In Saudi Arabia Will Post This Solicitation On The System For Award Management’s (sam) Website At Https://www.sam.gov. the Government Intends To Award A Contract Which Meets All The Solicitation Requirements To The Lowest Priced, Technically Acceptable Offeror. The Government May Award The Contract Based On The Initial Offer Without Discussion. The Resultant Contract Will Be A Firm Fixed-price Type Contract. the Government Is Planning A Pre-proposal Conference And The Date For This Conference Will Be In The Solicitation. offerors Shall Be Registered In The Sam (system For Award Management) Database At Https://www.sam.gov Prior To Submittal Of Their Offer/proposal As Prescribed Under Far 4.1102. Failure To Be Registered At Time Of Proposal Submission Shall Deem The Offeror’s Proposal To Be Considered Non-responsive To The Solicitation Requirements And No Further Consideration Will Be Given. Therefore, Offerors Are Highly Encouraged To Register Immediately If They Are Interested In Submitting A Response To This Requirement. the Guidelines For Registration In Sam Are Also Available At: https://common.usembassy.gov/wp-content/uploads/sites/130/2023/07/quick-start-guide-for-international-registrations-1.pdf, And Https://common.usembassy.gov/wp-content/uploads/sites/130/2023/07/entity-checklist.pdf
DEPT OF THE ARMY USA Tender
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents
Description: Bauska Fire Station, Latvia purpose Of This Announcement: this Is A Pre-solicitation Announcement Of A Proposed Contract Pursuant To Far 5.204. The Us Government Intends To Announce A Contract Solicitation For Design And Construction Services As Described Within This Announcement In March2025 Or Within The Next 30 Days. This Is Not A Solicitation Announcement And Is Not To Be Construed As A Commitment By The Us Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. offerors Are Responsible For Monitoring This Website For Changes To This Notice And The Formal Solicitation Announcement information About The Project: the Us Army Corps Of Engineers (usace), Europe District Plans To Solicit Proposals For A Design-build Project For Renovation Of A Fire Station Facility In Bauska, Latvia. The Usace Plans To Include Basic Design Criteria In The Contract Solicitation, With The Intent To Award A Single Construction Contract To A Design-build Construction Contractor That Will Complete The 100% Design And Construct The Project. project Location: this Project Is Located In Bauska, Latvia; Latitude 56°24'12.83"n, Longitude 24°10'59.27"e (refer To The Attached Location Map.) planned Solicitation Information: this Is Not A Solicitation Announcement At This Time. The Usace Anticipates That The Solicitation Announcement Will Be Made In February 2025, Or Within 30 Days Of This Posting And Will Contain Many More Details Surrounding The Project And Instructions On How And When To Submit A Proposal. Any Attachments Within This Posting Are Subject To Change At The Time Of Official Solicitation Posting, And It Is The Responsibility Of The Contractor To Monitor This Post. If You Are Interested In This Contract Opportunity, You Can Sign Up For Email Alerts For Updates By Selecting To “follow” This Opportunity At The Top Right On The Sam.gov Announcement Webpage (requires Account Login; See Sam Registration Details Below). The Solicitation Will Be Subject To Full And Open Competition. As The Work Will Be Performed Outside Of The Continental U.s. No Small Business Set-asides Or Socioeconomic Preference Of Any Sort Will Be Granted. planned Contract Information: the Resulting Contract Will Be A Design-build, Firm Fixed Price (ffp) Construction Contract. estimated Value Of The Contract: the Estimated Contract Value Is Between $500,000 And $1,000,000 (usd). performance Period: the Anticipated Contract Duration Is Between One And Two Calendar Years After Contract Award, Including The Complete Design And The Entire Construction Project. how To Respond To This Announcement: this Is Not A Solicitation Announcement At This Time. note: Companies Must Be Sam Registered To Be Eligible For Award Of Any Contracts For The Us Government. See Special Sam Notice Below. how To Submit Responses: interested Parties May Submit Responses Via Email To Maj Marcus D. Stringer, Contracting Officer, At Marcus.d.stringer@usace.army.mil And Sfc Sterling J. Alphonse, Contract Specialist, At Sterling.j.alphonse@usace.army.mil. In Order To Ensure That Your Submission Is Received And Processed Appropriately, Please State The Following In The Subject Of Your Email: “interested: Ieu-25-0025 Bauska Firm-name-here”. Offerors Interested In Future Announcements May Also Visit The Usace Europe District Website To Register At The Following Web Link: Https://www.nau.usace.army.mil/business-with-us/contracting/industry-event/. Completing The Webform Is The Best Way To Be Included On Future Notices. Please Share The Weblink With Any Individual Or Company That May Be Qualified And Interested In This Work. information Resources On How To Register To Be Eligible As A Contractor With The Us Government in Order To Do Business With The Us Government As A Contractor, A Company Must Be Registered With The System For Award Management (sam, Www.sam.gov). In Order To Register On Sam, A Company Must Obtain A Ncage Code And A “unique Entity Id” Number (uei). You Can Apply For An Ncage Code And A Uei Number Simultaneously, But Both Must Be Obtained In Order To Register On Sam. specific Instructions How To Register To Be Eligible As A Contractor With The Us Government: ncage Code. An Ncage Code Is A Five-character Id Number Used By The Us Government To Identify International Companies. All Non-us Firms Must Obtain An Ncage Code. How Does Your Company Obtain An Ncage Code? If You Are A Vendor Located Outside The United States, One Can Be Obtained At No Cost By Visiting Https://eportal.nspa.nato.int/ac135public/cagetool/home. Further Information About Ncage Codes Is Available At Https://eportal.nspa.nato.int/ac135public/docs/us%20instructions%20for%20nspa%20ncage.pdf. Look For “ncage Code Request Tool” Or “ncrt”; Generally, It Takes Approximately 24-48 Hours To Obtain An Ncage Code. unique Entity Id (uei): Go To Https://sam.gov/content/home And Click On “get Started” Under “register Your Entity”. Uei Has Replaced The Duns Number In Many Ways And Business Entities Will Need One In Order To Register On Sam.gov And To Do Business With The Us Government: Gsafsd Tier 0 Knowledge Base - Unique Entity Id (https://www.fsd.gov/gsafsd_sp?id=kb_article_view&sysparm_article=kb0037033&sys_kb_id=07a22df51b6ec554cc45ea04bc4bcbda&spa=1). sam Registration. The System For Award Management (sam) Is A Registration Database Required For All Us Federal Government Contracts And Where You Will Find Contract Opportunities All Over The World. You Can Register On Sam At: Sam.gov | Home For Additional Help At No Cost, Contact The Federal Service Desk At Www.fsd.gov Or By Telephone At +1-866-606-8220 (toll Free) Or +1-334-206-7828 (internationally). Generally, It Takes Approximately Two Weeks For Sam To Activate A Registration, From The Date It Receives A Completed Registration. Please Take Notice That Sam Has An Entity Registration Requirement That Firms Submit An "original, Signed Notarized Letter Before The Registration Will Be Activated." Instructions For International Entities (not Located In The U.s. Or Its Outlying Areas) Can Be Found At: Sam.gov | Entity Registrations https://sam.gov/content/entity-registration
DEPT OF THE ARMY USA Tender
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents
Details: Introduction: the U.s. Army Corps Of Engineers, Japan District (poj), Is Performing Market Research For An Upcoming Design-build (db) Requirement Entitled, "disa Bldg 650 Fire Protection System Upgrade Yokota Air Base, Japan." This Announcement Represents A Market Survey That Is Intended For Planning Purposes Only. The Purpose Of This Notice Is To Identify Sources Capable Of Performing This Project And To Receive Responses From Those Firms To Assist The Government's Acquisition Planning. This Survey Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. This Notice Is Not A Solicitation. The Government Will Not Pay For Any Information Provided As A Result Of This Market Survey. this Market Survey Is Intended For Local Sources Only. Local Sources Are Those Sources Physically Located And Licensed To Conduct Business In Japan. Firms Interested And Capable Of Performing This Work Are Highly Encouraged To Submit A Response (submission Requirements Are Located Within This Notice). we Are Committed To Partnering With Industry As Much As We Can Throughout This Process And Therefore Encourage All Interested Companies To Respond To This Sources Sought. Market Research And Industry Feedback Is An Essential Part Of The Acquisition Process. the Information Requested In This Announcement Will Be Used Within Poj To Facilitate Decision-making And Will Not Be Disclosed Outside The Agency. However, Respondents Submitting Business Information Pursuant To This Announcement Should Consult 41 C.f.r. Parts 105-60 And Other Implementing Regulations Concerning The Release Of Such Information To Third Parties Under The Freedom Of Information Act (foia). All Information Submitted By Respondents That They Consider Confidential And Not Releasable To Third Parties Outside Of Usace, And Its Employees, Agents, Consultants, And Representatives, Must Be Clearly And Conspicuously Marked. system For Award Management (sam) all Interested Companies, Including Joint Ventures, Shall Be Registered In The Sam Database In Order To Be Eligible For Award Of Government Contracts. Https://www.sam.gov local Sources firms Which Have Not Done Business With U.s. Army Corps Of Engineers, Japan Engineering District, Are Requested To Visit The Following Website: Https://www.poj.usace.army.mil/business-with-us/ For General Information. this Contract Will Be Performed In Its Entirety In The Country Of Japan And Is Intended Only For Local Sources. Only Local Sources Will Be Considered Under This Solicitation. Local Sources Are Sources (e.g. Corporations, Partnerships, Or Joint Ventures [for A Joint Venture, The Joint Venture As An Independent Entity Must Satisfy The Local Source Requirements Or, In The Alternative, Each Member Of The Joint Venture Must Individually Satisfy The Local Source Requirements]) That Are Physically Located In Japan And Authorized (i.e. Licensed And Registered) To Perform Construction In Japan. Specifically, A Prospective Offeror Must Be Duly Authorized To Operate And Conduct Construction Business In Japan And Must Fully Comply With All Applicable Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Resulting Contracts. in Addition, Offerors Must Possess A Japanese Civil Construction (doboku Isshiki Koji) License Or Japanese Architectural Construction (kenchiku Isshiki Koji) License By The Proposal Due Date And Time. The U.s. Government Will Verify That The Offeror Has The License Through The Ministry Of Land, Infrastructure, Transport And Tourism (mlit) Website At Https://etsuran2.mlit.go.jp/takken. It Is The Responsibility Of The Offeror To Ensure That It Has The License (japanese Civil Construction Or Japanese Architectural Construction), And That It Is Accurately Shown On The Mlit Website, By The Proposal Due Date And Time. Failure To Comply With This Requirement Will Be Cause For Rejection Of Your Offer. the U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The Us-japan Status Of Forces Agreement (sofa) To U.s. Contractors Normally Resident In The United States; Nor Will The U.s. Government Certify Employees Of Such Contractors As “members Of The Civilian Component” Under Article I(b) Of The Sofa. project Information: project Title: Disa Bldg 650 Fire Protection System Upgrade Yokota Air Base, Japan project Location: Yokota Air Base, Japan project Fsc: Z2aa - Repair Or Alteration Of Office Buildings project Naics:236220 Commercial And Institutional Building Construction project Magnitude: Between ¥500,000,000 And ¥1,000,000,000 (japanese Yen) project Description: design-build. Upgrade The Fire Protection System In The Disa-occupied Areas Of Bldg 650 With A Clean Agent (gaseous) Fire Suppression System, A New Very Early Smoke Detection Apparatus (vesda) System To Replace And Expand An Aging One, And A Clean Agent Fire Suppression And Exhaust System. procurement Method: the Government Anticipates Issuing A Request For Proposal (rfp) Solicitation, Utilizing The Lowest Price Technically Acceptable Source Selection Procedures For This Project In May 2025. this Survey Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. any Solicitations Pursued Will Be Intended For Local Sources Only. Local Sources Are Those Sources Physically Located And Authorized To Perform Construction Work In Japan. draft D-b Specifications Are Being Provided For Informational Purposes. Offerors Are Cautioned That These Specifications Are In Draft Format. ========================================================================== requested Information interested Firms Are Requested To Reply With The Following Information No Later Than 19 March 2025 Japan Standard Time. Please Submit Your Responses Via E-mail To Ms. Jennifer Knutson, Contracting Officer At Jennifer.h.knutson@usace.army.mil And Mr. Jiro Miyairi, Contract Specialist At Jiro.miyairi@usace.army.mil name Of Your Company, Address, Phone Number, Email, Sam Uei, Cage Code, And English Speaking Point Of Contact (poc) Name. describe Your Firm's Interest, Capability And Experience Relative To The Work Described In The Interested Project Description. identify Your Current Construction Bonding Levels: a. Single Contract Amount b. Aggregate Maximum Contract Amount c. Name Of Sureties please Provide At Least One (1) Comparable Db Project (for Government Or Commercial Customers) Your Company Has Completed In The Past Ten (10) Years. a. Project Title And Location b. Customer/agency c. Project Value And Brief Description d. Date Completed Or Percent Complete e. Your Role (prime, Subcontractor, Designer Of Record, Joint Venture, Etc) technical Questions a. Anticipated Period Of Performance Is 780 Calendar Days After The Date The Contractor Receives The Notice Proceed. Do You Have Any Concerns With The Anticipated Period Of Performance? b. Do You Have Any Concerns Designing, Procuring And Installing A Very Early Smoke Alarm Detection Apparatus (vesda) System In Japan? c. Do You Have Any Concerns Designing, Procuring And Installing A Clean Agent Suppression System In A Datacenter Environment? d. This Project Will Require Involvement Of A Us Licensed Fire Protection Engineer. Do You Have Any Concerns Obtaining This Type Of Fire Protection Engineering Support? e.given That Many Of The Fire Protection System Components Will Need To Meet Ul Listing Requirements, Are There Particular Items That Can Be Procured From Japanese Manufacturers, Or Would These Items Need To Be Shipped From The Us? If Shipped From The Us What Magnitude Of Lead Times Are Typical Currently? do You Have Any Other Questions Or Concerns On The Draft Db Specifications? are There Any Other Comments Or Suggestions That May Increase Your Interest Or Participation? additional Info: u.s. Army Corps Of Engineers, Japan District, Camp Zama, Japan contracting Office Address: usace District, Japan attn: Cect-poj unit 45010 apo, Ap 96343-5010 points Of Contact: jiro Miyairi 046-407-8837 jiro.miyairi@usace.army.mil jennfier Knutson 046-407-8839 jennifer.h.knutson@usace.army.mil
DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: Lease Of Commercial Vehicles - Dodea-pacific West District South Korea Request For Information (rfi)-sources Sought a. Pursuant To Federal Acquisition Regulation (far) Part 10, The Department Of Defense Education Activity (dodea) Procurement Office Is Currently Conducting Market Research To Identify Available Sources That Are Fully Capable Of Supporting Lease Of Commercial Vehicle Services (lcvs) In South Korea. b.this Request For Information (rfi) Is Issued Solely For Conducting Market Research And Does Not Constitute A Request For Proposals (rfp), Invitation For Bids (ifb), Request For Quotations (rfq), And Does Not Obligate The Government To Any Current Or Future Commitments. The Government Will Not Pay/reimburse Any Costs Or Charges Resulting From Contractors’ Responses To This Rfi. c.the North American Industrial Classification System (naics) Code Is 532112, Passenger Car Leasing, Size Standard, $41.5m. The Product Service Code (psc) Is W023, Lease Or Rental Of Equipment- Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles. d.the Periods Of Performance (pop) Of Lcvs Include One 12-month Base Period Plus Four (4) 12-month Options To Extend The Performance Up To Five (5) Years As Follows: base Period: 01 August 2025 To 31 July 2026 option Period One: 01 August 2026 To 31 July 2027 option Period Two: 01 August 2027 To 31 July 2028 option Period Three: 01 August 2028 To 31 July 2029 option Period Four: 01 August 2029 To 31 July 2030 e.the Lcvs Requirements Include Lease Of Two (2) 4 Passenger Sedan (compact Vehicle) And Six (6) 8 Passenger Commercial Van (convertible To Cargo Vans) A Year, Routine Maintenance To All Leased Vehicles During The Pop, And Emergency Repairs And Services To The Leased Vehicles. Prospective Contractor Shall Provide All Needed Labor, Equipment, And Transportation Needed To Transport, Deliver, Replace, And Maintain The Leased Vehicles To Meet The Lcvs Requirements. All Leased Vehicles Are Required To Meet The Below Conditions At Minimum: year-make Is Within Three (3) Years Of The Current Period Of Performance. For Instance, The Oldest Year-make For The Base Period 2025 Is 2023; The Oldest Year-make For The Pop-option Period One 2026 Is 2024) manufacture Warranty For Each Leased Vehicle. liabilities Insurance For Each Leased Vehicle To Cover At Least $200,000 Per Person And $500,000 Per Occurrence For Death Or Bodily Injury; And $20,000 Per Occurrence For Property Damage Or Loss. f. If Your Firm Is Interested, Capable, And Qualified To Provide The Above Required Services, Please Submit Your Response With A Statement Affirming Your Capability And Interest In This Lcvs Requirement. The Capability Statements Shall Consist Of No More Than Three (3) Pages Including A Cover Page With The Company’s Name, Business Mailing Address, Point Of Contact, Telephone Number, Unique Entity Id (uei), Commercial And Government Entity/nato Code (cage/ncage) And Company’s Website Address/uniform Resource Location (url). if Your Firm Has Performed The Same Or Similar Scope Or Magnitude Of The Required Services, Please Provide A Short List Of The Awarded Contracts To Include A Contract Number, Place Of Performance, And The Total Contract Price. g.responses To This Rfi Must Be Sent Electronically To Michael.okeowo@dodea.edu And Mileska.rodriguez@dodea.edu No Later Than 09:00 Korea Standard Time (kst) On 07 March 2025. Vendor’s E-mail Message Shall State “lease Of Commercial Vehicle Services -korea” In The Subject Line. Telephone Calls Regarding This Rfi Will Not Be Accepted. Note: If A Solicitation Is Released, It Will Be Posted On Sam.gov. h. Please Note That Vendors Are Required To Be Registered In The System For Award Management (sam) Database At The Time An Offer/quotation/proposal Is Due To Comply With The Annual Representations And Certifications Requirements. Therefore, Only Businesses With An Active Sam Registration Will Be Eligible To Receive Any Resultant Contract(s) With The Department Of Defense Education Activity.
41-50 of 10000 active Tenders