Website Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Description: Email Questions To: Jennifer.l.boyle16.civ@us.navy.mil
competitive.
fleet Logistics Center Puget Sound Will Be Soliciting For Door Ballistic In Accordance With Solicitation Specifications.
this Acquisition Will Be Negotiated On A Small Business Set A Side. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals Prior To Offer Due Date. A Determination To Compete This Action Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government.
terms Will Be Fob: Origin By Fact-sp (nolsc): To U.s. Naval Base Yokosuka Japan
it Is Anticipated That The Solicitation Will Be Posted To The Betasam Website On Or About 10/18/2024 With Proposals Due By 10/28/2024.
a Firm-fixed Price, Supply Type Contract Will Be Awarded In Accordance With Far Parts 12 And 13, Commercial And Simplified Acquisition Procedures.
the Required Delivery Date Is 30 Days Aro
all Responsible Sources May Submit A Proposal Which Shall Be Considered By Flcps. This Solicitation And Any Subsequent Amendments Will Be Posted To The Betasam Website: Https://www.beta.sam.gov.
prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From This Website And For Frequently Monitoring That Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents.
no Telephone Or Fax Requests Will Be Accepted, And No Hard-copy Solicitation/amendment Will Be Mailed Or Faxed.
emailed Completed Solicitations Are Acceptable.
teleworking Until Further Notice And Will Not Have Access To Work Phone Or Voicemail
please Communicate Via Email Or Call Via “ms Teams” During Working Hours Until Further Notice
Closing Date28 Oct 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: The Baltimore, U.s. Army Corps Of Engineers Is Soliciting Lease Proposals For Approximately 1,958 Usable Square Feet Of Commercial Retail Space Located Within A ¼ Mile Radius Of 99 Lantern Drive, Doylestown, Pa. The Space Must Have A Secondary Egress And Shall Contain Adequate Parking For Approximately 5 Government Vehicles Both During The Day And Overnight. Must Use Government Lease.
additional Information Regarding This Solicitation May Be Obtained From Aj Crawford, Arlton.b.crawford@usace.army.mil. Proposals Are Due Not Later Than November 16, 2024 11:59pm.
draft Lease Documents Attached
responses Should Include:
proposed Rental Amount To Include (cam, Taxes And Insurance)
notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Source Sought.
all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.beta.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.beta.sam.gov. Refer To Www.beta.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg.
please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected.
alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration.
effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam.
vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam.
to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date16 Nov 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Request For Information
package Name: An/spn-50(v)1 Shipboard Air Traffic Radar
psc Code: 5840 - Radar Equipment, Except Airborne
naics Code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing
this Sources Sought/ Request For Information (rfi) Notice Is Being Posted In Accordance With (iaw) Dfars 206.302-1(d). Naval Air Warfare Center Aircraft Division (nawcad), Webster Outlying Field (wolf), Air Traffic Control And Landing Systems (atc&ls) Division Has A Requirement To Provide The Supplies And Services Associated With Procuring Parts And Providing Engineering And Technical Services For The Fabrication, Modification, Repair, Replacement, Upgrade, And Improvement Of The An/spn-50(v)1 Shipboard Air Traffic Radar Components, Assemblies And Associated Hardware.
this Rfi Is Issued As Part Of A Procurement Strategy For The An/spn-50(v)1 Shipboard Air Traffic Radar. The Intent Is To Establish A Five (5) Year Basic Ordering Agreement (boa) In Support Of The An/spn-50(v)1. This Boa Is Intended To Procure Supplies And Engineering And Technical Services.
the Naval Air Warfare Center Aircraft Division (nawcad) Webster Outlying Field (wolf) Air Traffic Control & Landing Systems (atc&ls) Division Located At St. Inigoes, Md Is Designated As The Design Agent, In-service Engineering Agent (isea), And Software Support Activity (ssa) For Air Traffic Control (atc) Systems. This Effort Is Composed Of Hardware And Engineering And Technical Services For The Fabrication, Modification, Repair, Replacement, Upgrade, And Improvement To An/spn-50(v)1 Shipboard Air Traffic Radar Components, Assemblies, And Associated Hardware.
the Contractor Shall Furnish To The Government Any Support And Materials Required Through Written Orders Issued In Accordance With This Agreement.
requested Information
section 1 Of The Response Shall Provide Administrative Information And Shall Include The Following As A Minimum.
organization Name, Mailing Address, Overnight Delivery Address (if Different From Mailing Address), Phone Number, Fax Number, And Name And E-mail Of Designated Point Of Contact.
business Type (large Business, Small Business, Small Disadvantaged Business, 8(a)-certified Small Disadvantaged Business, Hub Zone Small Business, Woman-owned Small Business, Very Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business).
section 2 Of The Response Shall Provide Technical Information, And Shall Include The Following As A Minimum.
interested Parties Shall Respond With Existing Capabilities Or Products That Meet All Or A Subset Of The Aforementioned Attributes. Reponses That Include Information Detailing Potential Tradeoffs Or Alternative Solutions Is Encouraged.
respondents Shall Include Product Specifications And Sketches With Submission. Product Specification And Sketches Are Not Included In The Final Page Count.
if Applicable, Respondents Shall Include A List Of Department Of Defense (dod), Department Of Justice (doj) Or Department Of Homeland Security (dohs) Programs Of Record That Currently Employ Their Solution. Include A Sponsor Point Of Contact (poc) For Each Program, With Email Address And Phone Number.
the Government Is Interested In Receiving Vendors’ Price Lists For Items They Believe Meet The Need In This Rfi. Supplying Price Data Does Not Imply A Contractual Obligation And Must Be Provided And Marked As Price Data.
respondents Should Include A List Of Authorized Distributors.
additional Information
the Government Is Seeking Industry Input To Assist In Identifying Components That Might Meet The Requirements Described Above. Please Note That The Government Will Not Be Responsible For Any Costs Incurred By Interested Parties Responding To This Rfi. This Is A Request For Information Only. This Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.
in Response To This Rfi, Respondents Shall Submit Written Responses, Not-to-exceed Ten Pages In Length Via Electronic Mail. Respondents Should Include Product Specifications With Submission And Proof Of Certifications. Product Specification, Sketches, Or Listings Of Authorized Distributors Do Not To Count As Part Of The Page Count. The Government Is Interested In Receiving Vendors’ Price Lists For Items They Believe Meet The Need In This Rfi. Supplying Price Data Does Not Imply A Contractual Obligation And Must Be Provided As A Separate Document, Marked As Price Data.
the Government Does Not Intend To Award A Contract On The Basis Of This Request Or To Otherwise Pay For The Information Solicited. All Information Received In Response To This Rfi Shall Be Safeguarded Adequately From Unauthorized Disclosure Iaw Far 15.207, Handling Proposals And Information. The Government Utilizes Contractor Support Staff (css) For Assisting In All Aspects Of Its Acquisition Process, And Each Of Those Individuals Does Have Signed Non-disclosure Statements On File As Condition Of Their Employment. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded Iaw The Applicable Government Regulations. Responses To This Rfi Will Not Be Returned. Respondents Will Not Be Notified Of The Result Of The Review.
failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Solicitation That May Be Issued. Information Provided In No Way Binds The Government To Solicit Or Award A Contract. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management Website: Sam.gov. It Is The Potential Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.
how To Respond
interested Parties Shall Respond Within Six Days After Release Of This Rfi With Product Information That Meets All Or A Subset Of The Aforementioned Attributes. Please Submit Your Response To This Rfi (not To Exceed Ten (10) Pages) Via E-mail No Later Than 21 October 2024 To Lauren Clemmens At Lauren.a.clemmens.civ@us.navy.mil.
Closing Date21 Oct 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Request For Information (rfi)
naval Facilities Engineering Systems Command(navfac) Engineering And Expeditionary Warfare Center(exwc)
equipment Services Support (ess) Contracted Maintenance And Repair Contract At Naval Station Rota, Spain
this Rfi Is Issued Solely For The Purposes Of Obtaining Information Not Readily Available To The Government For Planning Purposes, In Accordance With Far 15.201(e). It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp For Any Particular Supplies Or Services In The Future. Furthermore, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The 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 Party’s Expense.
all Interested Parties (small, Medium, And Large Businesses Concerns) Are Invited To Submit A Response. In Addition To The Information Requested By The Government, Interested Parties Are Encouraged To Provide Any Other Information They Deem Relevant.
the Naval Facilities (navfac) Engineering And Expeditionary Warfare Center (exwc) Has A Potential Requirement For A Firm Fixed Priced, Indefinite Delivery Indefinite Quantity (idiq) To Establish An Equipment Services Support (ess) Maintenance And Repair Contract At Naval Station Rota, Spain (navsta Rota) With A 60-month Ordering Period. Exwc Is Conducting Market Research To Determine The Range Of Available Contractors And Assess Their Capabilities To Support The Navy’s Maintenance And Repair Support Contract On Navsta Rota. The Intent Of This Ess Contract Is To Have One Or More Contractors Provide Intermediate And Depot Level Maintenance And Repair Services On Naval Expeditionary Equipment Assets Located At Navsta Rota. This Support Would Include: Inspections, Maintenance, Refurbishment, Repairs, Upgrades, Modernization, And Modifications Provided To Support Of The Naval Construction Equipment And Support Vehicles That Have Deteriorated (to Various Degrees) Into A Defective, Damaged, Or Reduced Operational Condition.
the Government Plans To Award The Contracted Maintenance And Repair Contract Under One Of The Following Naics Codes: 811310: Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance
the Government Intends To Allow Award Of Fixed-price Task Orders Under This Idiq Contract.the Period Of Performance Or Delivery Dates For Task Orders Will Be Determined At The Individual Task Order Level.
location Of Work. If Implemented, It Is Anticipated At This Time That Some Portion Of The Work Would Be Performed At The Designated Repair Facility And/or At Other Locations On Navsta Rota. Although Subject To Change, The Following Provides An Overview Of The Current Location Strategy.
maintenance And Repair Services
annual Safety Inspections (avsi)
perform Pre-operational Checks
perform Services In Accordance With Manufacturers Recommended Specifications
troubleshoot Automotive And Equipment Mechanical Andelectrical Issues
cycling Of Equipment
spot Checks
load Testing Of Generators
replacement Of Tires
container Repair
vehicle And Equipment Restoration
diesel Engine Repair
transmission And Drive Train Repair
repair And/or The Individual Replacement Of Automotiveand Equipment Mechanical And Electrical Parts/devices
replacement Of Body Components.
ability To Source Original Equipment Manufacturer Parts; And If Required, After Market Equivalents, Rebuilt, Orused Suitable Substitutes
size Of Scope. If Implemented, The Contractor Would Be Responsible For Inspections, Maintenance, And Repair Of Naval Construction Equipment And Support Vehicles. Currently There Are Approximately 650 Individual Pieces Of Naval Construction Equipment And Support Vehicles Assigned To Naval Expeditionary Forces That Potentially Could Be Supported By The Maintenance And Repair Program.
equipment Range. The Following List Is Intended To Provide A Small Sample Of Naval Construction Equipment And Support Vehicles That May Be Included In The Maintenance And Repair Program; It Is Not Intended To Be An All-inclusive List. Naval Construction Equipment Is Composed Of A Mixture Of Civil Engineering Support Equipment (cese), Material Handling Equipment (mhe), Weight Handling Equipment (whe), A Variety Of Support Equipment. The Exact Make-up Of Equipment Make, Model, And Type Will Change Over Time Based On The Needs Of The Navy.
(1) Automotive Vehicles (e.g. Trucks, Truck Tractors, Buses, Etc.)
(2) Heavy And Light Construction Equipment (includes Motorized And Non-motorized Equipment)
(3) Material Handling Equipment (e.g. Forklifts, Tele-handlers, Container Handlers, Etc.)
(4) Weight Handling Equipment (i.e. Cranes)
(5) Specialized Construction Support Equipment (e.g.light Plants, Air Compressors, Portable Welders, Etc.)
(6) Power Support Equipment (i.e. Generators, Ecu(environmental Control Units), Portable Power Panels,etc.)
(7) Trailers (e.g. Towable, Fifth-wheel, Etc.)
(8) International Standard Organization (iso) Shippingcontainer
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
the Government Will Not Award A Contract On The Basis Of This Rfi And Will Not Reimburse Or Otherwise Pay For Any Information Received.this Rfi Is Issued For The Purpose Of Encouraging Communication And Exchanges Of Information Between The Government And Interested Parties. Responses To This Request Are Voluntary And The Government Will Not Pay Any Direct Or Indirect Costs For Any Information Or Materials Received In Response To This Rfi. Information Received In Response To This Rfi May Be Used To Structure Future Solicitations. All Responses Received May Be Held For An Extended Period Of Time Or Destroyed. In No Case Will Any Responses To This Rfi Be Returned To The Originator Or Information Submitted Shared With Any Other Respondents. Respondents Will Not Be Notified Of The Results Of The Market Research, Nor Will The Government Provide Feedback To Respondents With Respect To Any Information Submitted Under This Rfi.proprietary Data Shall Not Be Submitted.
an Award Will Not Be Made Based On Any Information Or Offers Received In Response To This Notice. 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) Website. It Is The Responsibility Of The Potential Offerors To Monitor Those Sites For Additional Information Pertaining To This Requirement.
please Provide Comments Or Questions Regarding The Proposed Strategic Service Contract Described In This Rfi.
one Electronically Submitted Response Shall Be Received No Later Than 5:00pm Eastern Time On 08 November 2024 And Reference: Equipment Services Support (ess) Contracted Maintenance And Repair Contract At Naval Station Rota, Spain.
submissions Should Be Limited To Ten Megabytes Or Less; And In A Format Compatible With Microsoft Office Or Adobe Pdf, And Includeattachment 1: Corporate Background Information Questionnaire
interested Businesses Shall Submit Responses By Email To Desiree E. Garcia At Desiree.e,garcia9.civ@us.navy.mil And Jake O. Blas, Jake.o.blas.civ@us.navy.mil. Please Submit All Written Questions By Email To Desiree E. Garcia And Jake O. Blas. No Phone Or Email Solicitations With Regards To The Status Of Any Subsequent Rfp Will Be Accepted Prior To Its Release.
Closing Date8 Nov 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Details: This Sources Sought Notice Is Being Issued In Accordance With Far Part 10, Market Research, To Provide Information For Planning Purposes Only. This Notice Shall Not Be Construed As Either A Solicitation Or Obligation On The Part Of The Government.
the Purpose Of This Posting Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Business Concerns And To Assist In Determining If This Effort Can Be Obtained Competitively And/or As A Total Small Business Set-aside. The Government Will Use Gathered Information To Determine The Best Acquisition Strategy For A Potential Procurement. The Government Is Interested In All Socioeconomic Contracting Programs.
no Decision Or Award Of Contract Will Be Made Based On Responses From Industry. The Government Will Not Pay For The Preparation Of, Nor The Subsequent Use Of, Information Submitted In Response To This Notice. Respondents Will Not Be Notified Of The Outcome Of The Government’s Review Of The Information Received. Additionally, The Government Does Not Intend To Hold Discussions Concerning This Notice With Any Interested Parties But Reserves The Right To Contact Vendors If Additional Information Is Required For Clarifications As It Pertains To The Notice.
the Government Requests That Interested Parties Respond To This Notice With Capabilities And Identify Your Small Business Status With Respect To The Identified Naics Code. If A Solicitation Is Released, It Will Be Synopsized And Posted On The Www.sam.gov Website. It Is The Responsibility Of The Potential Offerors To Monitor The Sam Site For Additional Information Pertaining To This Requirement.
description: The 143d Airlift Wing, Rhode Island Air National Guard, May Issue A Solicitation With Intended Blanket Purchase Agreement (bpa) For A Service Requirement Titled, “143d Aw Court Reporter Services”. Under Such Requirement, A Vendor/provider Would, At A Minimum, Be Expected To Meet The Following Scope:
- In-person, Skilled, Accurate Court Reporting; Record Capture (stenographic); And
transcription Services
- Ideally Located Within Commuting Distance Of Quonset Air National Guard Base, North
kingstown, Ri To Provide On-demand (within 48 Hours) Services
- Timely (10 Business Days) Turn-around Of Transcriptions
- Professional Certification And Experience With Military Terms And Procedures Are Preferred
but Not Required
the Applicable North American Industry Classification System (naics) Code For This Project Is 561492 (court Reporting And Stenotype Services) / Psc R606 (support- Administrative: Court Reporting).
information And Instructions: Interested Sources Should Submit A Written Response Identifying Provider Capabilities No Later Than The Deadline Posted With This Notice. Responses Tothis Sources Sought Should Also Include A Demonstration Of The Company’s Socioeconomic Status According To The U.s. Small Business Administration (i.e., Small Business, 8(a), Hubzone, Edwosb, Wosb, Sdvosb, Etc.).
company Information: Your Company’s Name, Address, Point Of Contact With Email Address And Telephone Number, Federal Cage Code, Unique Entity Identification (uei) And Business Size. Your Company Must Be Registered In System For Award Management (sam) To Receive An Award. To Register, Go To Https://www.sam.gov.
a Statement Of Capabilities Demonstrating The Skills, Experience, Knowledge, And Capabilities Necessary To Meet The Summary Of Requirements Outlined Above. Please Limit Your Relevant Past Performance To Three (3) Years And Include The Contract Number(s) Or Customer/company Name.
capability Package Responses Must Be Sent Via Email. Oral Communications Are Not Acceptable In Response To This Notice.
please Provide The Project Title In The Subject Of Your Message. Limit Your Responses To No More Than Ten (10) Standard Document Pages (i.e., Microsoft Word, Adobe Pdf, Etc.). Do Not Send Compressed (i.e., .zip Or .exe Extension) Or Other File Types As They Could Be Stripped From Your Message.
responses Are Due By 1700 Est, October 17, 2024.
submit Your Responses Directly To Msgt Sandra Yazidjian, Sandra.e.yazidjian.mil@army.mil
paper Copies Of This Announcement Will Not Be Provided. Any Information Received Will Be Used Solely For The Purpose Of Market Research.
Closing Date17 Oct 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Statement Of Work: R Series Defibrillator
kansas City Va Medical Center
objective
the Kansas City Va Medical Center Intends To Procure A Replacement Fleet Of Defibrillators. This Document Highlights The Technical Specifications And Services Being Requested By The Facility For Consideration Towards Purchase Of The Units. Vendors Under This Proposal Shall Provide All Equipment And Accessories, Installation Services, And Project Management Support.
scope
the Contractor Shall Furnish All Equipment Detailed In Table 1. All Products Must Meet All Salient Characteristics And Functions Defined In Section 3.
table 1
the Contractor Shall Provide All Components Required To Implement All Listed Hardware And Software So The System (including All Items In Table 1) Is Fully Operational.
the Contractor Shall Provide Any Missing Parts, Features, Software, And/or Components Not Included To Fully Complete The Installation At No Additional Cost To The Government.
the Contractor Shall Provide All Labor, Supervision, And Any Other Resources Required To Deliver, Assemble/install, And Test All Listed Equipment.
all Hardware, Software, And Services Must Meet The Manufacturers And Va Specifications.
salient Characteristics[pmc(1]
r Series Defibrillators
quantity: 39
specification/salient Characteristics:
maximum Dimensions: Height 10 In; Width 12 In; Depth 13 In
maximum Weight: 15 Lb
must Be Operational With Ac Or Dc
includes Ac Power Cord
guidelines 2020- Compatible
aed W/ Manual Override 5-year Minimum Hospital Warranty
must Have The Following Accessories, Capabilities, And Ability To Operate In The Following Modes:
physical Features
nellcor Pulse Oximetry Compatibility
order Sensor Separately
nibp
23-33cm Reusable Cuff 3-meter Air Hose
rmt Motion Tolerance
for Use With Adult, Pedi And Neonatal Patients
mainstream Etco2
color Lcd Screen
batteries
Surepower Rechargeable Lithium Lon Battery
Pack 5.8 Ah Capacity High Density Lithium-ion Chemistry Run-time Indicator
Automatic Calibration Ready Stores History Of Use And Maintenance
operators’ Manual
1 Per Defibrillator
language: English
provided By Manufacturer And Includes Manufacturer’s Instructions
defibrillation
biphasic Defibrillation
provides Automatic Life Support Defibrillation When Powered On.
ability To Functions As An Aed, But Not When Initially Turned On.
manual Defibrillator To Support Pediatrics To Adults To Include Automatic Safety Feature To Eliminate The Risk Of Delivering An Adult Energy Level To A Pediatric Patient
less Than 7 Seconds Of Charge Time For A New Fully Charged Battery
evaluates Ecg Rhythm To Determine If Shock Delivery Is Required
configurations
configurable For Either Cpr Or Shock-first Driven Protocols
energy Sequences Can Be Configured For Single Or Multiple Shocks With Fixed Or Escalating Energy Levels
the Cpr Interval Length Is Configurable In 1-minute Increments For Up To 4 Minutes
wi-fi Connectivity
allows The Wireless Communication Of Clinical And Test Data (no Phi)
synchronizes The Time To That Of The Network To Negate “clock Drift” And Ensures Time Accuracy Of Code Data.
fips Compliant
real Cpr Help
numeric Display Of Cpr Depth And Rate For Adult And Pediatric Patients
visual And Audio Prompts To Coach Cpr Depth For Adult Patients
release Bar To Ensure Adequate Release Off The Chest
metronome To Coach Rate For Adult And Pediatric Patients.
indicates Elapsed Time Since Last Detected Chest Compression
cpr Artifact Filtering
adult And Pediatric Aed Ecg Analysis
see-thru ® -cpr Filter
• Onestep Cable Manager
defib Mentor Familiarization Aid
onestep Pacing Includes:
• Onestep Pacing Cable (also Supports Cpr)
• Ecg Leads
contractor Shall Deliver All Equipment To:
kansas City Va Medical Center
4801 E. Lynwood Blvd
kansas City, Mo 64128
attn: Biomedical Engineering
ensure That Equipment Is Sent To The Attention Of Biomedical Engineering
include The Po Number On The Shipping Label.
deliver Materials To The Facility In Manufacturer's Original Sealed Boxes Or Containers With Brand Name Marked Thereon. Refurbished Products Will Not Be Accepted.
package To Prevent Damage Or Deterioration During Shipment, Handling, And Storage.
maintain Protective Covering In Place And In Good Repair Until Delivery Is Necessary.
any Government Requested Delayed Delivery Up To 90 Days Shall Be At No Additional Cost To The Government.
contractor Shall Conduct A Pre-delivery Meeting At Least 3 Days Prior To Initial Award Delivery Date For Verification Of Delivery And Installation Dates.
delivery Of Oversized, Palletized Orders, Or Orders That Contain A Large Number Of Components Will Be Coordinated With The Cor Who Will Communicate Internally With Warehouse Staff.
contractor Shall Adhere To All Equipment Delivery Deadlines Outlined In Table 2.
assembly, Installation, And Testing
contractor Responsible For Assembly And Installation Of Systems After Notification From Cor (or Designee) That It Has Been Delivered To Station.
install Shall Include Unboxing And Transportation Of Equipment To Final Use Location.
installation Shall Include Implementation And Testing Of All Purchased Interfaces To Va Electronic Systems In Coordination With Clinical Staff, Biomedical Engineering Staff, O&it Staff, And Others Identified As Needed.
vendor Shall Provide All Necessary Accessories, Cables, Adaptors, Etc. To Deliver A Fully Functional Clinical Device/system.
removal Of Existing Equipment
remove 35 Existing Defibrillators, Trainer, And Associated Accessories, (including Pads, Paddles, Batteries, Trainers, Etc.), If Not Compatible With New Defibrillator Fleet, From Dole Va Premises.
contractor Shall Adhere To All Equipment Removal Deadlines Outlined In Table 2.
include Trade-in Value Deduction On Bid Price In Exchange For The Equipment Outlined In Section 3, Specifically The Defibrillators And The Trainer.
hours Of Operation
kansas City Va Normal Hours Are Monday Through Friday, 7:00 A.m. To 4:30 P.m. Central Standard Time, Excluding Federal Holidays.
va Follows All Federal Holidays That Are Set By Law (usc Title 5 Section 6103).
the Government Hereby Provides Notice And Contractor Hereby Acknowledges Receipt That Government Personnel Observe The Listed Days As Holidays:
new Year's Day January 1
martin Luther King's Birthday Third Monday In January
president's Birthday Third Monday In February
memorial Day Last Monday In May
juneteenth June 19
independence Day July 4
labor Day First Monday In September
columbus Day Second Monday In October
veterans Day November 11
thanksgiving Day Fourth Thursday In November
christmas December 25
in Addition To The Days Designated As Holidays, The Government Observes The Following Days:
1. Any Other Day Designated By Executive Order.
2. Any Other Day Designated By The President’s Proclamation; And
3. Any Other Day Designated By Federal Statute.
all Services Shall Be Performed During Normal Hours Unless Otherwise Scheduled With The Cor.
hardware/software Update/upgrade Installations, Where Applicable, May Be Scheduled And Performed Outside Normal Hours At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designee).
all Agreed-upon Work Scheduled Outside Normal Business Hours Shall Be At No Additional Cost To The Government.
site Conditions & Protection Of Property
vendor Representatives Must Check In With Dole Va Biomedical Engineering When They Arrive On-site And Check Out Upon Completion Of Work Each Day.
vendor On-site Visits Shall Be Coordinated With The Cor (or Designee) Before Being Scheduled Or Conducted.
there Shall Be No Smoking On Kansas City Va Premises At Any Time.
eating And Drinking Are Not Allowed Inside The Hospital, Except For In The Canteen Dining Area.
vendor Staff Shall Always Be Professional And Shall Take All Necessary Precautions To Maintain A Safe Environment For The Occupants. This Includes, As Necessary, Coordinating Access And Closures For Sensitive Areas Of The Medical Center.
vendor Shall Be Responsible For Cleaning All Work Areas After Completion Of Tasks. This Includes, But Is Not Limited To, Removal Of Packaging And A Clean Sweep/mop Of The Area As Required By Work Type.
contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds, And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor.
the Contractor Shall Perform An Inspection Of The Building(s) And Grounds With The Cor Prior To Commencing Work To Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, Building(s) Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Source Of All Repairs Beyond Simple Surface Cleaning Is The Facility Construction Contractor (or Appropriate Subcontractor), So That Building Warranty Is Maintained. Concurrence From The Va Facilities Management Poc And Cor Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade, And Color To Match Adjacent Existing Work.
vendor Staff Shall Minimize Noise As Much As Possible While Working In All Buildings.
vendor Is Responsible For Providing All Ppe Necessary For Their Work.
the Contractor Shall Be Responsible For Security Of The Areas In Which The Work Is Being Performed Prior To Completion.
security Requirements
network Security
the Vendor Is Required To Complete And Submit The Two Attached Va Security Forms, If Their Equipment Can Be Connected To The Va Network. If These Forms Are Not Completed And Submitted With The Bid Package, The Vendor Can Be Disqualified From The Bidding Process.
the C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required.
warranty & Service
the Contractor Shall Provide All Manufacturers’ Warranty With Products Upon Delivery.
warranty – The System, All Accessories, And All Software Shall Be Covered Under The Manufacturer’s Warranty And Shall Include All Parts And Labor For At Least 5 Years Following Acceptance By The Vamc.
a Manufacturer’s Factory-trained Field Service Engineer Shall Perform Installation And Maintenance During The Warranty Period.
the Warranty Period Shall Not Begin Until After The Dole Va Cor Or Designee Has Accepted The Products Delivery, Installation, And Functionality.
the Warranty Shall Include All Manufacturer Recommended Preventive Maintenance Procedures For Its Duration.
all Available Software Updates And Security Patches Will Be Made Available To The Kansas City Va During The Warranty Period.
vendor Shall Provide Response To Applications And Technical Calls Within 8 Hours.
vendor Shall Ship Replacement Parts Within 48 Hours Of Identifying Necessity By Kansas City Va Biomedical Engineering Staff.
invoicing
va’s Electronic Invoice Presentment And Payment System – The Fsc Uses A Third-party Contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
va’s Electronic Invoice Presentment And Payment System – The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungstennetwork.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
[pmc(1]mykaela-need Fips Compliance, Trm Approved, And Approved Era Language
Closing Date9 Oct 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Details: Amendment 1 Re-opens The Amtr Baa Sp4701-23-b-0001 And Addresses Various Administrative Changes
this Notice Constitutes A Combined Synopsis And Broad Agency Announcement (baa) For The Acquisition Of Research And Development (r&d) In Accordance With Federal Acquisition Regulation 35.016, “broad Agency Announcement,” As Supplemented With Additional Information Included In This Notice. No Other Solicitation Will Be Issued. Only The Information Provided In This Notice Is Available. Requests For Other Forms Of Solicitation Shall Be Disregarded.
rapidly Changing Improvements In Technology And Increasing Operational Requirements Have Made Defense Acquisition More Data Driven And Increasingly Complex. To Keep Up With Dla’s Customers Demanding Needs Requires Dla To Modernize Its Acquisition Processes.
the Acquisition Modernization Technology Research (amtr) Program, Established At The Beginning Of Fy22, Assesses Acquisition And Procurement Processes, Identifies And Prioritizes Areas That Would Benefit From It Modernization Or Advanced Technologies, Evaluates Technical Requirements, And Pursues Future Research Efforts For Dla.
the Defense Logistics Agency (dla) Strategic Plan (https://www.dla.mil/info/strategic-plan/) Supports These Dod Policies Through Five Lines Of Effort (loes). The Acquisition Modernization Technology Research Solutions Should Focus On All Loes; However, There Is A Primary Focus On Loe 4: Modernized Acquisition And Supply Chain Management, Defined As “leading In Logistics To Deliver Best Value And Manage Risk.”
the Dla Research And Development (r&d) Program Office Is Seeking It Modernization Efforts That Support Any Of The Amtr Strategic Focus Areas Outlined In The Scope Of This Baa (see Section 3: Scope).
this Baa Will Remain Open For Five (5) Years And Will Have A One-time Initial Closing Date For Receipt Of Cost & Technical Proposals For Idiq Consideration Under Short Term Projects (180 Days After Initial Posting). After The Initial 180-day Period The Baa Will Temporarily Close And Evaluation Of Cost & Technical Proposals Will Take Place.
during The Initial Baa Response Period (180 Day Window), Vendors Must Submit Full Cost & Technical Proposals (omitting The White Paper Submission) In Order To Be Considered For An Indefinite Delivery, Indefinite Quantity (idiq) Contract (see Section 6: Proposal Instructions). Cost And Technical Proposals Submitted Under This Baa For Idiq Consideration Shall Describe A Potential Short Term Project (stp) That Aligns With One Of The Amtr Strategic Focus Areas Outlined In Section 3: Scope, To Be Used By The Government For Evaluation Purposes. Initial Offerors Are Encouraged To Propose Innovative Solutions, Highlighting Any Relevant Dla/dod Acquisition Experience. Consideration Will Be Given To All Approaches That Enable Improved Processes Aligning With Both Dod And Dla Strategic Initiatives. Only Select Offerors Will Be Awarded An Idiq Contract Under The Initial Baa.
although Initial Projects Proposed In Response To This Baa May Result In The Award Of An Idiq, A Task Order To Execute The Initial Stp May Or May Not Be Issued. Each Vendor Who Receives An Idiq Contract May Be Part Of A Working Group Whose Purpose Is To Collaborate With The Amtr Program Manager, Relevant Dla Stakeholders And/or Other Vendors To Identify Problems And Achieve Improvements With Measurable Results In The Business Processes That Support The Amtr Program. An Optional Clin May Be Included In Resulting Task Orders Or Contract Awards For Working Group Activities, Including Travel.
after Evaluation Of Initial Proposals, The Baa Window Will Re-open. At That Time, The Government Intends To Accept White Papers From Potential Vendors Who Did Not Receive An Idiq Contract In The Initial Round. Vendors May Suggest Ideas For Projects By Submitting A White Paper, An Abbreviated Document (limited To 6 Pages) In Which A Submitter Shall Describe A Technical R&d Concept (see Section 5: White Paper Instructions And Format). Successful White Papers Will Identify Problems And Present Achievable Short Term Proposals With Measurable Results In Support Of The Amtr Program. White Papers Will Only Be Accepted After The Baa Is Reopened. Offerors Should Check The Sam.gov Website For The Current Status Of The Baa. If Such A Technical Concept Is Deemed By The Government To Be Of Interest, The Government May Request A Full Cost And Technical Proposal (see Section 6: Proposal Instructions).
the Government Reserves The Right To Select All, Some, Or None Of The Submitted Proposals For Award. The Primary Basis For Selecting Proposals For Acceptance Will Be Technical Merit, Relevance To Agency Programs, And Fund Availability. Cost Realism And Reasonableness Will Also Be Considered.
the Government Intends To Award Cost-type Idiq Contracts Under This Baa And Cost-type Definitive Contracts For Vendors Who Are Not Awarded Idiqs. Cost-type Contracts Include Cost-reimbursement (far 16.302), Cost-sharing (far 16.303), Or Cost-plus Fixed Fee (far 16.306). The Government Reserves The Right To Award Another Type Of Contract At Its Sole Discretion. Eligibility For An Amtr Contract Requires Prospective Offerors To Meet The Minimum Standards Of Responsibility Set Forth In Part 9 Of The Federal Acquisition Regulation (far). Once Proposal Evaluations Are Completed, Each Offeror Will Be Notified Whether The Government Selected Their Proposal For Award.
Closing Date30 May 2028
Tender AmountRefer Documents
National Institutes Of Health Tender
Others
United States
Details: Document Type: presolicitation Notice Solicitation No. 75n95024r00124project Title: nih Neurobiobank Brain And Tissue Repositoryclassification Code: a¿research & Developmentnaics Code: 541714 ¿ Research And Development In Biotechnology (except Nanobiotechnology) Descriptionthe National Institute Of Mental Health (nimh), The Eunice Kennedy Shriver National Institute Of Child Health And Human Development (nichd), The National Institute Of Neurological Diseases And Stroke (ninds), The National Institute On Aging (nia) And The Blueprint For Neuroscience (https://neuroscienceblueprint.nih.gov), National Institutes Of Health (nih) Plan To Solicit Proposals Under Full And Open Competition Procedures From Offerors Having The Capability To Provide Services That Will Increase The Availability Of Post-mortem Human Brain Tissue For Research. The Nih Intends To Support Multiple Awardees/collection Sites In Order To Provide Sufficient Critical Resources For Research On Neurological, Psychiatric, And Neurodevelopmental Disorders. The Objective Is To Make Awards To Offerors That Can Acquire At Least 70 Donors Per Year (with The Possibility Of Up To 150 Unique Human Donors Per Year For A Range Of 350 ¿ 1,000 By The End Of The Five-year Contract Period, If All Option Periods Are Exercised.qualified Offerors Will Be Required To Acquire Brains From Deceased Donors With Diverse Neurodevelopmental, Neurological, And Neuropsychiatric Disorders, As Well As Individuals With No Known Brain Disorders. Donors Should Be Aged Across The Life Span, And Of Diverse Race And Ethnicity. Offerors Shall Document And Maintain A Current Inventory By Entering Data On The Donors And Tissue Samples Into A Third-party Interactive Website (section 508 Compliant) Herein Referred To As The Nih Neurobiobank Portal,and Participate In The Sharing Of Tissue(s) And Associated Data Under The Nih Neurobiobank Guidelines. The Nih Neurobiobank Portal Will Facilitate Tissue Requests And Coordinate The Distribution From The Various Brain Banks To Qualified Scientific Investigators Who Are Dedicated To The Improved Understanding, Treatment, And Prevention Of These Disorders; (see Nimh, Ninds, Nichd, And Nia For Areas Of Disease Focus). Various Types Of Deliverables Will Be Required Including A Collection Of Brain Tissue And Biospecimens, Data, And Progress Reports. The Anticipated Contracts Will Include Standard Operating Procedures (sops) And Protocols To Ensure Uniformity Among Sites When Possible, And Quality Assurance/quality Control Requirements For Prospective Evaluation Of Short- And Long-term Specimen Integrity, Viability And Function.qualified Offerors Should Have The Ability To:1. provide An Infrastructure To Actively Acquire, Receive, Characterize, Preserve, Store, Catalog, And Distribute Brain Tissue And Other Biospecimens To Qualified Investigators. Tissue Shall Be Collected In Accordance With All Applicable State And Local Laws And Federal Regulations. Tissue Acquired Will Be Focused On The Postmortem Brain, Other Nervous System Tissues From Individuals With Neurodevelopmental, Neurological, And Neuropsychiatric Disorders And Unaffected Controls. Other Tissues Including Pre-mortem Biopsies And Surgical Resections Are Also Considered Valuable Resources For Research And Will Be Collected On An Ad Hoc Basis.2. acquire Autopsy Reports, Medical Records, And Other Clinical Data From The Next Of Kin Of Acquired Donors. Using These Information Sources As Well As Other Validated Methods Including A Comprehensive Neuropathological Evaluation And Post-mortem Interviews (when Appropriate), Determine To A High-level Of Confidence, The Clinical Brain Diagnoses Of The Donor At The Time Of Death.3. utilize Standard Forms For Data Collection (with Web-based Entry And Searchable Data Collection) And Compatible Computerized Databases. The Contractor Shall Report Data And An Accurate Index Of Their Brain And Tissue Inventory To The Nih Neurobiobank Portal, A Third-party Interactive Website (section 508 Compliant), On A Quarterly Basis.4. provide Sufficient Capacity To Store And Maintain Biologic Specimens Derived From 350 ¿ 1,000 Unique Human Donors By The End Of The Five-year Contract Period, If All Options Are Exercised For Non-frozen Material Including Fixed Tissues Will Be Considered When Evaluation Capacity To Perform These Services. The Contractor Should Provide A Climate-controlled Facility With The Capacity To Maintain Room Temperatures Such That Freezers Can Function Normally When All Equipment Is Operating, With Sufficient Back-up Power To Maintain Normal Operation In A Power Failure. The Contractor Shall Also Provide Enough Back-up Freezer Space To Accommodate The Failure Of At Least Two Freezers. Complete Transfer Of The Contents Of A Freezer Shall Occur Within Two (2) Hours Of An Initial Freezer Failure. Adequate On-site Back-up Power To Handle Complete Electrical Power Failure Must Be Provided.5. establish Mechanisms For Registering Potential Donors For The Nih Neurobiobank And Engage In Outreach For Brain Donation To Appropriate Disease Advocacy Organizations.6. participate In Bi-monthly Nih Neurobiobank Directors Conference Calls And An Annual In-person Meeting Designed To Provide Updates And Feedback On Ways To Improve Efficiency, Quality, And Usability.other Important Considerations:1. protocols And Standards At A Minimum Should Meet Those Set Forth In The Nci Best Practices For Biospecimen Resources Established By The Office Of Biorepository And Biospecimen Research.2. section 508 Compliance Is Applicable For All Systems Housing Data.3. compliance With The Nih/office For Human Research Protections (ohrp) Guidelines And 45 Cfr Part 46, To Ensure That The Bank Has Undergone Annual Review By The Institutional Review Board (irb).4. information Technology (it) Security That Is Compliant With The Federal Information Security Modernization Act Of 2014 (fisma) To Ensure Security Of All Data Generated Over The Life Of The Contract.5. appropriate Shipping Licenses And Permits From Local, State, Federal And International Authorities For The Safe Import, Storage And Distribution Of Biological Specimens, According To Current Regulatory Guidelines, Will Be Required, As Applicable.6. procedures And Protocols For Safe Handling Of Potentially Hazardous And Infectious Materials Will Be Required.7. each Successful Offeror Must Have A Federal Wide Assurance (fwa) Currently Accepted And Approved By The Department Of Health And Human Services¿ (hhs) Office For Human Research Protections (ohrp) Or Demonstrate That It Has Submitted To Ohrp For Issuance Of An Assurance. Each Successful Offeror Must Comply With The Requirements In The Hhs Protection Of Human Subjects Regulations At 45 Cfr 46.8. nimh Anticipates One Or More Award(s) Of A Single, Cost Reimbursement, Level Of Effort Type Contract For One 12-month Base Period And Four 12-month Option Periods. This Award Is A Competitive Renewal Of Contract Nos. 75n95019c00045, 75n95019c00046, 75n95019c00047, 75n95019c00048, 75n95019c00049, And 75n95019c00050 Titled ¿the Nih Neurobiobank.¿9. the Government Does Not Intend To Use Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For These Services. However, Interested Parties May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government¿s Requirements With A Commercial Item Within Fifteen (15) Days Of This Notice. 10. in Accordance With Far 5.203, The Solicitation Is Expected To Be Released After At Least Fifteen (15) Days Of This Posting And Will Be Available Electronically At Beta.sam.gov. All Information Required For Submission Of A Proposal Will Be Contained In Or Accessible Through The Solicitation. The Solicitation Will Also Provide Instructions For Submission Of Any Questions.11. responses To The Solicitation Will Be Due, At A Minimum, Thirty (30) Days From The Release Date. All Responsible Sources May Submit A Proposal Which Will Be Considered By The Agency. This Notice Does Not Commit The Government To Award A Contract. No Collect Calls Will Be Accepted. No Facsimile Transmissions Will Be Accepted.12. for This Solicitation, Proposals Will Be Required To Be Submitted Online Via The Electronic Contract Proposal Submission (ecps) Website. For Directions On Using Ecps, Go To The Website Https://ecps.nih.gov And Then Click On ¿how To Submit.¿
Closing Date14 Oct 2025
Tender AmountRefer Documents
Th City Of Red Deer Tender
Goods
Civil Works Others
Canada
Details: This Annual Notice Of Participation Is To Advise Potential Suppliers That The The City Of Red Deer Intends To Participate In One Or More Procurements Conducted By The Canoe Procurement Group Of Canada Between October 2024 And September 2025. For Further Information And Access To The Canoe Procurement Group Of Canada’s Tender Notices, Please Review The Website At Https://canoe.bidsandtenders.ca. For General Information On The Canoe Procurement Group Of Canada; Https://canoeprocurement.ca/
Closing Date1 Oct 2025
Tender AmountNA
SURIGAO DEL NORTE STATE UNIVERSITY Tender
Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Procurement Of Supply, Delivery And Installation Of Lathe Machine 1. The Surigao Del Norte State University (snsu), Through The Corporate Budget For The Contract Approved By The Governing Boards Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (p 2,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Supply, Delivery And Installation Of Lathe Machine Under Pb No. 25-06-0018. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Surigao Del Norte State University (snsu) Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Two (2) 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 Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Snsu And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Upon Payment Of The Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00) Through: A. Cashier Section, 1st Floor, Snsu Building, Narciso St., Surigao City; Or B. Land Bank Of The Philippines Current Account Name: Surigao Del Norte State University Account No.: 0982-1048-66 Upon Deposit, The Bidders Must Submit The Scanned Copy Of The Deposit Slip To Snsubac@gmail.com. 6. Snsu Will Hold A Pre-bid Conference On June 23, 2025, At 9:00 A.m. At The Bac Office, Snsu, Surigao City And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Or By Sending The Bid Through A Courier, On Or Before 8:45 A.m. On July 7, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On July 7, 2025, At 9:00 A.m. At The Bids & Awards Committee Office, Snsu, Surigao City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Snsu 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 Sections 35.6 And 41of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Marites F. Gellegan Head - Bids And Awards Committee Secretariat Surigao Del Norte State University Narciso St., Taft, Surigao City 09094496207 Snsubac@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Snsu.edu.ph Mr. Jonas Robert L. Miranda Bac Chairperson
Closing Date7 Jul 2025
Tender AmountPHP 2.5 Million (USD 44.2 K)
651-660 of 855 active Tenders