Website Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Closing Soon16 Jul 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n741.8|hw9cc|n/a|seana.m.steiner.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26|x|||||||||||||||||||x|7a462|s2206a||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |material - Inspect And Accept At Source.|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|334515|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. The Resultant Award Of This Solicitation Shall Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. When Submitting A Quote, Specify Any Exceptions (i.e. Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price. 4. All Contractual Document (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Method Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 5. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas).provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Will Be A Rated Order. 6. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreement Are Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cylinder,hydrogen S . 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. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=mil-std-1330 | | |d |960920|a| | | document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Cylinder,hydrogen S Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;81412 C2684h2; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 3.5 Oxygen/nitrogen Cleaning - Cleaning Shall Be In Accordance With Mil-std-1330. 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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize Mil-i-45208 If Desired.; 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 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.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Soon16 Jul 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n741.8|hw1bb|n/a|seana.m.steiner.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||x||||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |material - Inspect And Accept At Source|tbd|n00104|tbd|tbd|se e Schedule|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|334513|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods Suchas Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 3. If The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) Andthe Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply. 4. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 5. Any Contract Awarded As A Result Of This Solicitation Will Be ;do/dx; Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. 6. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreement Are Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Transmitter,pressur . 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 Transmitter,pressur Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;81412 22-38771; 3.2 Oxygen/nitrogen Cleaning - Cleaning Shall Be In Accordance With Mil-std-1330. 3.3 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.4 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. 3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.

Central Bank Of The Philippines Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date8 Jul 2025
Tender AmountPHP 10.4 Million (USD 184.1 K)
Details: Description Invitation To Bid 1. The Bsp, Through Its Bac – Head Office (bac-ho), Invites Bidders To Apply For Eligibility And To Bid For – Procurement Project/brief Description - One (1) Lot - Multi-year Software Subscription, Maintenance And Technical Support Services For Citrix Adc Vpx For The Multi-factor Authentication Of The Treasury Portfolio Management System (tpms), As Per Bsp Terms Of Reference Project Identification Number (pin) - Bac-ho Gs No. 2025-0687 Approved Budget For The Contract (abc) - Php10,400,000.00, Inclusive Of All Applicable Taxes And Other Charges (bids Exceeding The Above Amount Shall Be Automatically Rejected At Bid Opening, Or During Bid Evaluation.) Funding Source Bsp Corporate Fund: Y2025 Annual Procurement Plan. Covered By Multi-year Contracting Authority. Appropriation Of Funds Shall Be Done Annually. Requirement Is Included In The Approved Annual Procurement Plan For Y2025. Delivery/completion Period/contract Duration The Contract Shall Be For Three (3) Years To Commence On The Date Stipulated In The Notice To Proceed (ntp) To Be Issued By It Infrastructure And Operation Department (itiod). Supply And Delivery Of Proof Of Entitlement With Yearly Contract Validity Period, To Be Submitted Within Thirty (30) Calendar Days From The Start Of Each Contract Year. 2. Bidders Should Have Completed From Y2020 To The Date Of Opening Of Bids, A Single Largest Contract Similar To The Requirement As Stated In The Clause 5.3 Bid Data Sheet (bds) And Item 3 Of The Checklist Of Technical, Financial, And Other Documents. 3. The Eligibility Check/screening And Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criterion As Stated In Section 30.1 Of The 2016 Revised Implementing Rules And Regulations Of Rep. Act No. 9184 (2016 Revised Irr). 4. Bidders With Outstanding Capital Stock Of Less Than Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines Must Submit In Its First Envelope, A Certification From The Relevant Government Office Of Its Country Stating That Filipinos Are Allowed To Participate In Their Government Procurement Activities For The Same Item/product Or A Copy Of Legislation From The Country Of The Bidder Allowing Foreign Bidders To Participate In Their Government Procurement. 5. All Particulars And Activities Regarding The Eligibility Of Bidders, Bid Security, Pre-bid Conference/s, Evaluation Of Bids, Post-qualification, Award Of Contract, Performance Security, Procedures And Other Documents, Shall Be Governed By Rep. Act No. 9184 And The 2016 Revised Irr. Activities Schedule Venue/contact Person/ Contact Number A. Issuance Of Bid Documents - Starting 16 June 2025 In Support Of The Sustainable Banking Program Of The Bsp, Hard Copies Are No Longer Issued. B. Pre-bid Conference- 25 June 2025, 04:00 P.m. (philippine Standard Time) Room 105, 1st Floor, 5-storey Building, Bsp Main Complex, Malate, Manila Interested Bidders And Observers Are Allowed To Attend Only Through Videoconferencing Using The Microsoft Teams Platform. Prospective Bidders Are Encouraged To Send Requests For Clarifications At Least Three (3) Calendar Days Before The Scheduled Pre-bid Conference In Order To Facilitate The Preparation Of Responses Thereto, Which Will Be Discussed During The Pre-bid Conference. C. Deadline For Submission Of Bids -08 July 2025, 9:30 A.m. (philippine Standard Time) Bid Box Located In Gate 3 Reception Lobby, Bangko Sentral Ng Pilipinas, A. Mabini Corner P. Ocampo Sr. Sts., Malate, Manila. Late Bids Shall Not Be Opened. D. Opening Of Bids Room 105, 1st Floor, 5-storey Building, Bsp Main Complex, Malate, Manila Interested Bidders And Observers Are Allowed To Attend Only Through Videoconferencing Using The Microsoft Teams Platform. E. All Written Requests The Bids And Awards Committee – Head Office (bac-ho) Through: The Bac Secretariat And Policy Group (bac Spg) (currently Procurement Strategy And Policy Department) Room 213, 2ndflr. 5-storey Bldg. A. Mabini And P. Ocampo Sts., Malate, Manila Tel Nos.: 5306-2798/5306-2800/8708-7173 Fax No.: 8708-7116 Email Address: Bacsecretariat-ho@bsp.gov.ph Note: All Requests Shall Be In Writing And Addressed To The Bac Spg. 6. The Pre-bid Conference Shall Be Open To Interested Bidders And Observers. The Conduct Of Pre-bid Conference Shall Be Through Videoconferencing Using The Microsoft Teams Platform. 7. A Bidder Must Submit Its Bid Manually. The Implementation Of Electronic Bid Submission Is Suspended In Bsp, Thus Bids Submitted Through Electronic Means Shall Not Be Opened. For The Procedures On Submission Of Bids, Refer To Annex “c”. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Instructions To Bidders And Clause 14.1 Of The Bds. 9. The Bsp Does Not Assume Any Responsibility To Compensate Or Indemnify Any Bidder For Expenses Incurred In The Preparation Of Bid. 10. The Bsp Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr, Without Incurring Liability To The Affected Bidder Or Bidders. 11. Further Information May Be Obtained From The Following: 1. Sale Of Bidding Documents 2. Query On How To Submit Bids 3. Links For Online Connectivity For Procurement Activities 4. Written Clarifications On The Project 5. Requests For Reconsideration The Bac – Ho Through: The Bac Spg Room 213, 2nd Floor, 5-storey Building A. Mabini And P. Ocampo, Sr. Sts., Malate, Manila Tel. Nos.: 5306-2798/5306-2800/8708-7173 Fax No.: 8708-7116 Email Address: Bacsecretariat-ho@bsp.gov.ph 12. A Complete Set Of Bid Documents Is Downloadable, From The Following Websites: Www.philgeps.gov.ph And Www.bsp.gov.ph; However, A Participating Bidder Is Required To Pay The Bid Documents Fee In The Amount Of Php25,000.00 Proof Of Payment Shall Be Presented Prior To Submission Of Bids, By Facsimile Or Through Email. Bids, Which Bid Documents Fee Are Not Yet Paid On Or Before The Date And Time Of Opening Of Bids, Shall Be Returned To The Bidder Unopened. To Pay The Bid Documents, Send An Email Citing The Pin And Title Of Above Requirement To The Bacsecretariat-ho@bsp.gov.ph. The Procedures For Online Payments Are Specified In Annex “a”. Prospective Bidders Are Highly Encouraged To Pay The Bid Documents Fee Days Before The Deadline For Submission And Opening Of Bids Sgd. Teresita P. Lisama Vice-chairperson

Department Of Public Works And Highways Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Closing Date9 Jul 2025
Tender AmountPHP 26.3 Million (USD 465.6 K)
Details: Description Invitation To Bid Emergency Response Equipment For Transport And Mobility Restoration (eretmr) Under Ibrd Loan 9251-ph: Philippines Seismic Risk Reduction And Resilience Project (psrrrp) Rfb Reference No.: Ph-dpwh-go-3-rfb 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank Toward The Cost Of Philippines Seismic Risk Reduction And Resilience Project (psrrrp), And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For Contract Id No. 25gz00007, Emergency Response Equipment For Transport And Mobility Restoration (eretmr) Under Ibrd Loan 9251-ph: Philippines Seismic Risk Reduction And Resilience Project (psrrrp). 2. The Department Of Public Works And Highways (dpwh) Now Invites Bids For The Procurement Of The Following Goods: Emergency Response Equipment For Transport And Mobility Restoration (eretmr) Lot Description No. Of Units Delivery Period 14 Portable Gas Detector 16 Within 122 Calendar Days Upon Receipt Of Ntp 15 Tent 16 Within 183 Calendar Days Upon Receipt Of Ntp 17 Portable Toilet 64 18 Air Conditioning Unit 32 19 Portable Generator Set 32 Within 122 Calendar Days Upon Receipt Of Ntp Note: Detailed Specifications Of The Above Equipment Are More Described In Section Vii – Technical Specifications. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Sub-section 5, Section Ii. Instructions To Bidders And The Corresponding World Bank Bid Data Sheet. 3. Bidder May Submit Bid For One Or More Lot(s) Or Any Combinations Of Lots. Bidder Shall Submit Its Bid For All Quantities And Items In Each Lot. Evaluation And Award Of Contract Will Be On A Lot-wise Basis. Cross Discount Will Not Be Taken Into Account During Evaluation. 4. Bidding Will Be Conducted In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”, With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Guidelines Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Determined As Such During Post-qualification. The Estimated Project Cost (epc)/ Approved Budget For The Contract (abc) Are As Follows: Lot Amount Lot 14 – Portable Gas Detector Php 3,792,000.00 Lot 15 – Tent Php 2,192,000.00 Lot 17 – Portable Toilet Php 7,680,000.00 Lot 18 – Air Conditioning Unit Php 2,464,000.00 Lot 19 – Portable Generator Set Php 10,176,000.00 Total Php 26,304,000.00 5. Interested Bidders May Obtain Further Information From Dpwh And Inspect The Bidding Documents At The Address Given Below During 7:00am To 04:00pm, Mondays Thru Fridays. 6. A Complete Set Of Bidding Documents In English Language May Be Acquired By Interested Bidders On April 15, 2025 At Dpwh Procurement Service (prs), 5th Floor, Department Of Public Works And Highways, Bonifacio Drive, Port Area, Manila And Upon Payment To The Dpwh Cashier A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In Cash Payment/ Cheque Payment/ Pay Order/ Demand Draft Or Bank Transfer Thru The Indicated Account Details: For Peso Payment Bank Name: Philippine Veterans Bank Account Number: 0420000015 Currency Code: 000 Ph Short Name: Dept Of Public Wor Account Name/ Address: Dept Of Public Works Highways Dpwh Bonifacio Drive Port Area 1018 Manila Philippines, 1018 For Us Dollar Payment Bank Name: Landbank Of The Philippines Branch: Intramuros, Manila Account Number: 0014-0087-21 Account Name: Bureau Of Treasury Btr Fcd Us Dollar Account Swift Code: Tlbpphmm The Cost Of The Bidding Documents Shall Depend On The Number Of Lots To Be Bid For As Indicated In The Table Below. Bidders Shall Pay The Corresponding Total Amount Based On The Specific Lots They Intend To Participate In. Lot Amount In Php Amount In Usd Lot 14 – Portable Gas Detector Php 5,000.00 Usd 90.00 Lot 15 – Tent Php 5,000.00 Usd 90.00 Lot 17 – Portable Toilet Php 10,000.00 Usd 180.00 Lot 18 – Air Conditioning Unit Php 5,000.00 Usd 90.00 Lot 19 – Portable Generator Set Php 25,000.00 Usd 440.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And At The Website Of Dpwh Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids To Be Eligible In Participating In This Bidding. 7. Dpwh Will Hold A Pre-bid Conference On May 7, 2025, 09:00am At Room 503 (bidding Room), 5th Floor, Department Of Public Works And Highways, Bonifacio Drive, Port Area, Manila, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before May 21, 2025, 10:00am. All Bids Must Be Accompanied By A Bid Security In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: Lot Bid Security Amount In Php Amount In Usd Lot 14 – Portable Gas Detector Cash, Cashier’s/ Manager’s Check, Bank Draft/ Guarantee, Or Irrevocable Letter Of Credit Php 75,840.00 Usd 1,330.00 Surety Bond Php 189,600.00 Usd 3,310.00 Lot 15 – Tent Cash, Cashier’s/ Manager’s Check, Bank Draft/ Guarantee, Or Irrevocable Letter Of Credit Php 43,840.00 Usd 770.00 Surety Bond Php 109,600.00 Usd 1,920.00 Lot 17 – Portable Toilet Cash, Cashier’s/ Manager’s Check, Bank Draft/ Guarantee, Or Irrevocable Letter Of Credit Php 153,600.00 Usd 2,680.00 Surety Bond Php 384,000.00 Usd 6,700.00 Lot 18 – Air Conditioning Unit Cash, Cashier’s/ Manager’s Check, Bank Draft/ Guarantee, Or Irrevocable Letter Of Credit Php 49,280.00 Usd 860.00 Surety Bond Php 123,200.00 Usd 2,150.00 Lot 19 – Portable Generator Set Cash, Cashier’s/ Manager’s Check, Bank Draft/ Guarantee, Or Irrevocable Letter Of Credit Php 203,520.00 Usd 3,550.00 Surety Bond Php 508,800.00 Usd 8,880.00 Bid Opening Shall Be On May 21, 2025 At Multipurpose Hall, 5th Floor, Department Of Public Works And Highways, Bonifacio Drive, Port Area, Manila. Bids Will Be Opened Immediately After The Deadline Of The Submission And Receipt Of Bids, And In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Stated Above. Late Bids Shall Not Be Accepted. 9. Dpwh Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Soledad R. Florencio Ma. Victoria S. Gregorio Project Director, Bspmc-upmo Director, Procurement Service Bspmc-upmo Office, 2nd Floor, Dpwh-ncr Compound, 2nd Street, Port Area, Manila Dpwh (central Office) Bonifacio Drive, Port Area, Manila Sol_florencio@yahoo.com.ph Gregorio.ma_victoria@dpwh.gov.ph Cc: Engr.jpua14@gmail.com / Cmpubspmc.dpwh@gmail.com (02) 5304 3259 Www.dpwh.gov.ph (02) 5304.3999 Yours Truly, Medmier G. Malig Assistant Secretary For Technical Services And Information Management Service Chairperson, Bac For Goods S.o. No. 72, Series Of 2024

Province Of Cotabato Tender

Other Consultancy Services...+2Environmental Service, Consultancy Services
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jul 2025
Tender AmountPHP 1.2 Million (USD 21.2 K)
Details: Description Republic Of The Philippines Province Of Cotabato Bids And Awards Committee Amas, Kidapawan City Request For Expression Of Interest Procurement Of Consulting Services For The Conduct Of Environmental Impact Statement For The Cotabato Agro-industrial Park (caip) Cs-25-002 1. The Provincial Government Of Cotabato, Through The Supplemental Budget No. 1 2025 Approved By The Sanggunian Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos (php1,200,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Procurement Of Consulting Services For The Conduct Of Environmental Impact Statement For The Cotabato Agro-industrial Park (caip) Under Cs-25-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposal. 2. The Provincial Government Of Cotabato Now Calls For The Submission Of Eligibility Documents For The Procurement Of Consulting Services For The Conduct Of Environmental Impact Statement For The Cotabato Agro-industrial Park (caip) Under Cs-25-002. Eligibility Documents Of Interested Consulting Firms Must Be Duly Received By The Bac Secretariat On Or Before July 7, 2025, 11:00am At Bac Office, Provincial Capitol, Amas, Kidapawan City, Province Of Cotabato. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before July 7, 2025, 11:00am Late Bids Shall Not Be Accepted. Note: The Bac Shall Open The Bid Envelopes Using A Non-discretionary “pass/fail” Criterion. However, Bid Envelopes That Are Not Properly Sealed And Marked Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. (gppb Resolution No. 09- 2020 And Section 25.9 Of The 2016 Irr Of Ra 9184) Further, Once The Bidder Is Determined As The Single/highest Rated And Responsive Bid, The Bidder Shall Submit Three (3) Sets Of Printed Copies Of The Eligibility Documents, Certified As Such By The Bidder Or His Duly Authorized Representative. 4. Interested Bidders May Obtain Further Information From Bac Secretariat, Bac Office, Provincial Capitol, Amas, Kidapawan City, Province Of Cotabato, And Inspect The Bidding Documents At The Address Given Above During 8:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 25 – July 7, 2025 From The Address Above Upon Payment Of Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Philippine Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bids And Awards Committee Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Criteria And Rating System For Short Listing Are: A. Applicable Experience And Capability Of The Consulting Firm - 50% B. Qualification Of The Project Team And/or Key/organic Personnel Assigned To The Job - 30% C. Financial/job Capacity - 20% 7. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The Irr Of R.a. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 8. The Procuring Entity Shall Evaluate Bids Using The Quality-based Evaluation Procedure (qbe). The Procuring Entity Shall Indicate The Weights To Be Allocated For The Technical And Financial Proposals. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 9. All Deliverables Shall Be Submitted Within Six (6) Months From The Issuance Of The Notice To Proceed. 10. The Provincial Government Of Cotabato Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Bac Secretariat Province Of Cotabato Provincial Capitol, Amas, Kidapawan City Tel. No. 064-5218080 Local 1208 E-mail Address: Baccotprov@gmail.com Atty, John Haye C. Deluvio Provincial Legal Officer Bac Chairperson

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date1 Dec 2025
Tender AmountRefer Documents 
Details: The National Shipbuilding Research Program (nsrp) Executive Control Board (ecb), Under The Joint Funding Agreement, N00024-18-3-2231, Is Issuing Nsrp Research Announcement 26 (ra26). This Is The Only Notification Regarding This Solicitation That Will Be Posted On Sam.gov. The Ra And Any Amendments Thereto Shall Be Posted On The Nsrp Website (www.nsrp.org). ******the Original Date Offers Due: Dec 01, 2025 In Sam.gov Is Not Correct. The Actual Dates For Proposal Submittal Will Be Posted On The Nsrp Website.*****

NATIONAL PARK SERVICE USA Tender

Others
United States
Closing Date9 Jul 2025
Tender AmountRefer Documents 
Details: The National Park Service (nps) Provides Notice Of The Release Of A Prospectus (no. Cc-pais002-26) To Solicit Proposals For The Award Of A Concession Contract To Provide Windsurfing Instruction And Equipment Rentals Within Padre Island National Seashore. The Effective Date Of The Next Concession Contract Is Expected To Be January 1, 2026. the Prospectus Explains The Business Opportunity And The Terms And Conditions Under Which The Nps Will Award The Concession Contract. The Prospectus Will Be Available At Https://www.nps.gov/subjects/concessions/prospectuses.htm. questions Due if You Do Not Understand Something In This Prospectus, You Must Submit Your Questions Or Comments To Jennifer Parker, Commercial Services Program Lead, Via Email At Jennifer_parker@nps.gov No Later Than 4:00 P.m. Mountain Time On April 30, 2025. The Questions Must Be In A Format That Allows The Nps To Copy Them To Microsoft Word. notice Of Intent To Propose if You Plan To Submit A Proposal In Response To This Solicitation, You Must Notify Jennifer Parker, Commercial Services Program Lead, Via Email At Jennifer_parker@nps.gov No Later Than 4:00 P.m. Mountain Time On June 18, 2025. The Nps Will Not Accept Proposals From Entities That Do Not Provide Notice On Or Before That Date. submission Of An Electronic Proposal prior To The Electronic Submission Deadline Of July 9, 2025, You Will Receive A Welcome Email Message From The Nps’s Microsoft Teams Platform At The Email Address You Provided When You Notified The Service Of Your Intent To Submit A Proposal. You Must Accept The Invitation Before You Can Access The Teams Site To Upload Your Proposal. The Nps Will Not Accept Proposals Submitted In Hardcopy Or Via Another Electronic Platform, Including Email. contact List to Be Put On A Contact List To Receive Amendments Or Any Additional Information Specific To The Prospectus, Interested Parties Must Provide Their Contact Information (name, Email Address, And Phone Number) To Jennifer Parker Via Email At Jennifer_parker@nps.gov. Information Relative To The Solicitation Will Also Be Posted To The Above-mentioned Website. The Contact List Already Includes The Existing Concessioner.

NATIONAL PARK SERVICE USA Tender

Others
United States
Closing Date23 Jul 2025
Tender AmountRefer Documents 
Details: The National Park Service (nps) Provides Notice Of The Release Of A Prospectus(no. Cc-dinoxxx-26) To Solicit Proposals For The Award Of Up To 11 Concession Contracts To Provide Guided Interpretive Whitewater River Trips Within Dinosaur National Monument. The Effective Date Of The Next Concession Contracts Is Expected To Be January 1, 2026. the Prospectus Explains The Business Opportunity And The Terms And Conditions Under Which The Nps Will Award The Concession Contracts. The Prospectus Will Be Available At Https://www.nps.gov/subjects/concessions/prospectuses.htm. questions Due if You Do Not Understand Something In This Prospectus, You Must Submit Your Questions Or Comments To Jennifer Parker, Commercial Services Program Lead, Via Email At Jennifer_parker@nps.gov No Later Than 4:00 P.m. Mountain Time On May 7, 2025. The Questions Must Be In A Format That Allows The Nps To Copy Them To Microsoft Word. notice Of Intent To Propose if You Plan To Submit A Proposal In Response To This Solicitation, You Must Notify Jennifer Parker, Commercial Services Program Lead, Via Email At Jennifer_parker@nps.gov No Later Than 4:00 P.m. Mountain Time On July 9, 2025. The Nps Will Not Accept Proposals From Entities That Do Not Provide Notice On Or Before That Date. submission Of An Electronic Proposal prior To The Electronic Submission Deadline Of July 23, 2025, You Will Receive A Welcome Email Message From The Nps’s Microsoft Teams Platform At The Email Address You Provided When You Notified The Service Of Your Intent To Submit A Proposal. You Must Accept The Invitation Before You Can Access The Teams Site To Upload Your Proposal. The Nps Will Not Accept Proposals Submitted In Hardcopy Or Via Another Electronic Platform, Including Email. contact List to Be Put On A Contact List To Receive Amendments Or Any Additional Information Specific To The Prospectus, Interested Parties Must Provide Their Contact Information (name, Email Address, And Phone Number) To Jennifer Parker Via Email At Jennifer_parker@nps.gov. Information Relative To The Solicitation Will Also Be Posted To The Above-mentioned Website. The Contact List Already Includes The Existing Concessioners.

The City University Of New York - CUNY Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon10 Jul 2025
Tender AmountRefer Documents 
Description: School Of Professional Studies Website Redesign

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date7 Jul 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n741.8|hw1aw|n/a|seana.m.steiner.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |stand-alone Requirement|tbd|n00104|tbd|tbd|tbd|tbd|n/a|n/a|n/ a|n/a|n/a|n/a|n/a|1-866-618-5988 - Wawf Helpdesk| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| 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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|333998|700|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. Please Provide Repair Price As Estimated (est) For The Full Repair Effort Ofthe Requirement And Specify On Quote. 3. Vendor Shall Have 90 Days After Receipt Of Carcass(es) To Complete A Teardown & Evaluation Of The Carcass(es) And Submit A Ffp Quote For The Full Repair Effort Of The Carcass(es). 4. When Submitting Quote, Please Include Cost Of New (actual Or Estimated) For Evaluation Purposes. 5. When Submitting A Quote, Specify Any Exceptions (i.e. Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price. 6. In Repair Price, Include All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And Cav Reporting. Also Provide The Following Information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (rtat): c. Throughput Constraint: d. Induction Expiration Date: 7. The Contractor Must Obtain Final Inspection And Acceptance By The Governmentfor All Assets Within The Rtat Established In The Resulting Contract. a. Requested Rtat: 311 Days 8. Quotes Shall Reference The Proposed Rtat And Any Capacity Constraints. 9. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Set Be Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 10. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address And Cage Of The Packaging Facility. 11. If The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Be Able To Provide Traceability Documentation If Requested. Examples Of Documentation may Include But Are Not Limited To: a. Purchase Order/invoice Between Offeror And The Oem Identifying The Part Number, Revision Level And Quantities. b. Oem Packing Slip Or Certification Identifying The Part Number, Revision Level And Quantities. 12. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 13. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations Whenthe Contract To Be Awarded Will Be A Rated Order. 14. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreementare Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Union,cell Gland . 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 Union,cell Gland 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. ;81412 24-49121; 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.
611-620 of 906 active Tenders