Website Tenders
Website Tenders
Bases Conversion And Development Authority Main Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date1 Apr 2025
Tender AmountPHP 13 Million (USD 223.7 K)
Details: Description 1. The Bases Conversion And Development Authority (bcda), Through The 2025 General Appropriations Act, Intends To Apply The Sum Of Pesos: Thirteen Million Eighty-one Thousand Six Hundred And 00/100 (php 13,081,600.00), Inclusive Of All Applicable Taxes And Fees, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Consulting Services For The Construction Management And Supervision (cms) Of The Bangko Sentral Ng Pilipinas (bsp) Access Road In New Clark City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Bcda Now Calls For The Submission Of Eligibility Documents For The Consulting Services For The Construction Management And Supervision (cms) Of The Bangko Sentral Ng Pilipinas (bsp) Access Road In New Clark City. Eligibility Documents Of Interested Bidders Must Be Duly Received On Or Before 24 February 2025, 09:00 Am At The Bcda Central Receiving And Releasing Area (crra), Bcda Corporate Center, 2nd Floor Bonifacio Technology Center, 31st Street Corner 2nd Avenue, Bonifacio Global City, Taguig City. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. The Bcda Will Hold A Pre-eligibility Conference On 10 February 2025, 10:00 Am At Bcda Corporate Center, 2nd Floor Bonifacio Technology Center, 31st Street Corner 2nd Avenue, Bonifacio Global City, Taguig City And/or Through Video Conferencing Via: Zoom Link For The Meeting Https://tinyurl.com/pre-elig-bsp Meeting Id: 845 1610 1701 Passcode: 912902 4. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Bcda Website (bcda.gov.ph/bids) Or At The Bcda Corporate Center, 2nd Floor Bonifacio Technology Center, 31st Street Corner 2nd Avenue, Bonifacio Global City, Taguig City From: A. 01 February 2025 To 09:00 Am Of 24 February 2025 For Purposes Of Eligibility And Shortlisting; And B. Until 09:00 Am Of 01 April 2025 For The Submission Of Technical And Financial Proposals. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Dates And From The Address Given Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Pesos: Twenty Five Thousand And 00/100 (php 25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Bcda Website (bcda.gov.ph/bids), 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 For Consulting Services (bac-c) Shall Draw Up A Shortlist Of Consultants From Those Who Have Submitted Expressions Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its 2016 Revised Implementing Rules And Regulations (rirr). The Shortlist Shall Consist Of At Most Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Shortlisting Are: Evaluation Criteria For Shortlisting - Rating - Minimum Required Rating 1. Relevant Experience Of The Consultant - 30% - 21% 2. Qualification Of The Key Personnel To Be Assigned To The Consulting Services - 50% - 35% 3. Current Workload Of The Consultant Relative To Its Capacity - 20% - 14% Total - 100% - 70% The Prospective Consultant(s) Must Pass The Required Minimum Score Of Seventy Percent (70%) On Each Criterion To Be Shortlisted. 7. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criteria As Specified In The Irr Of Ra 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-cost Based Evaluation (qcbe) With The Technical Proposal Having A 80% Weight And The Financial Proposal Having A 20% Weight. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 9. The Contract Shall Be Completed Within Twelve (12) Months Or Until The Issuance Of Certificate Of Completion To The Consultant. 10. The Bcda 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. 11. Bcda Reserves The Right To Waive Minor Defects In Forms And Requirements As Long As They Do Not Affect The Genuineness And Authenticity Of The Documents Submitted. 12. The Reference Time That Will Be Followed Shall Be The Computer System Clock At The Bcda Crra, Bcda Corporate Center, 2nd Floor Bonifacio Technology Center, 31st Street Corner 2nd Avenue, Bonifacio Global City, Taguig City. Interested Bidders Are Advised To Synchronize Their Timepieces Therewith. 13. For Further Information, Please Refer To: Atty. Divina Gracia A. Bacal Head Secretariat, Bac For Consulting Services Bcda Corporate Center 2nd Floor Bonifacio Technology Center, 31st Street Corner 2nd Avenue, Bonifacio Global City, Taguig City Tel. No.: (02) 8575-1781 Email: Bacc_sec@bcda.gov.ph Date Of Issuance/posting: 01 February 2025 Sgd. Atty. Gisela Z. Kalalo Chairperson Bids And Awards Committee For Consulting Services
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: The 42nd Contracting Squadron At Maxwell Afb, Al Hereby Gives Notice Of Intent To Award A Sole Source To Air Force Association To Provide Air University With Af Symposium Support In Accordance With (iaw) The Attached Statement Of Work (sow). brief Description Of Requirement:
1. 30’ X 30’ (900 Sq Ft) Booth Floor Display Area At The Denver Gaylord Rockies Resort And Convention Center, Aurora, Colorado Co.
period Of Performance: Air Force Association, Afa Warfare Symposium In Aurora, Co, 3-5 March 2025.
2. 20’x 40’ (800 Sq Ft) Booth Floor Display Area At The National Harbor Gaylord Resort And Convention Center, National Harbor, Md.
period Of Performance: Air Force Association, Afa Air Space Cyber Conference, National Harbor Md, 22-24 September 2025.
place Of Performance: Aurora, Colorado Co And National Harbor, Md. the North American Industry Classification System (naics) Code Is 531120 – Lessors Of Nonresidential Buildings (except Miniwarehouses). there Will Be No Written Solicitation Issued. This Is An Intent To Purchase A Sole Source Procurement Under The Authority Of Far 6.302-1. This Will Be A Firm-fixed Price (ffp) Contract Utilizing Federal Acquisition Regulation (far) Part 13, Simplified Acquisition Procedures. the Contractor Needs To Be Registered In The Dod System For Award Management (sam). Register Via The Sam Website Https://www.sam.gov, And Also Be Eligible To Process Invoices Through Wide Area Workflow (wawf). Register Via The Wawf Website Https://wawf.eb.mil/. those Capable Of Meeting The Requirement Iaw The Sow Are Requested To Provide The Following Information In Their Response: 1) Current Capability That Demonstrates Your Company's Ability To Meet The Requirements As Outlined In The Attached Sow, 2) Company Name, Point Of Contact, E- Mail Address, Telephone And Fax Numbers, Type Of Business And Size, Cage Code And Duns Number. important Notes:
1) Information Submitted Will Not Be Returned To The Respective Respondents. Oral Submissions Of Information Are Not Acceptable And Will Not Be Accepted In Response To This Notice. 2) Respondents May Respond Via E-mail No Later Than 7 February 2025, 12:00 Pm, Central Standard Time (cst) To Sra Troy Cournoyer At Troy.cournoyer@us.af.mil; (334) 953-3100 Or Tsgt Thomas Harvey At Thomas.harvey.4@us.af.mil; (334)-953-5928.
if No Responsible, Responsive Offers Are Received By The Above Date, A Sole Source Contract Will Be Issued To Air And Space Forces Association. Under The Authority Of 6.302-1. attachments:
attachment 1 – Notice Of Intent To Sole Source
attachment 2 – Statement Of Work – Afa Conf Exhibit Rental
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 17.6 Million (USD 301.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid (rebidding) For Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 17,640,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0050 – Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo Contract Id No. : 25gf0050 Locations : Tigbauan, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Approved Budget For The Contract : Php 17,640,000.00 Contract Duration : 134 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. 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. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office 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. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
DEFENSE LOGISTICS AGENCY USA Tender
Textile, Apparel and Footwear
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: This Pre-solicitation Amendment Is Issued 04 February 2025 To Assist Offerors With Product Demonstration Model (pdm) Planning. The Solicitation Has Not Yet Been Issued. the Following Are The Anticipated Pdm Requirements For Solicitation Spe1c1-25-r-0003. As The Solicitation Has Not Yet Been Issued, The Government Reserves The Right To Change The Pdm Requirements And Does Not Incur Any Responsibility Or Obligation To Offerors, Manufacturers, Or Suppliers In Providing These Anticipated Pdm Requirements. Please Withhold Questions Regarding Pdms And Technical Documents Until The Solicitation Is Posted – Any Such Questions Will Not Be Answered Until Then. Specifications And Patterns May Be Requested Through The Portal Provided In The Original Posting. anticipated Pdm Requirements: specifications And Patterns For Each Item Are Listed Above. Each Sewing Facility Proposed To Manufacture The Manufacture The Acu Coat (type I, Class 2, Style A) Must Produce And Provide Exactly One Acu Coat. Each Sewing Facility Proposed To Manufacture The Acu Trousers (type I, Class 2, Style A) Must Produce And Provide Exactly One Pair Of Acu Trousers. Neither Common Ownership, Nor Proximity Of One Proposed Sewing Facility To Any Other Proposed Sewing Facility, Alters This Responsibility. All Pdms Shall Be Size Medium Regular. ________________________________________________________________________________________________________ this Is A Pre-solicitation Notice, Not A Solicitation. The Solicitation Has Not Yet Been Issued. solicitation Number: Spe1c1-25-r-0003 this Requirement Is For The Following: items: coat, Improved Hot Weather Combat Uniform (ihwcu), Army Combat Uniform (acu) Operational Camouflage Pattern (ocp) spec: Gl/pd 15-04g Dated 20 December 2021, Type I (unisex), Class 2 pgcs: 00044 pattern: 30 July 2020 nsns: 8415-01-670-7853 trousers, Ihwcu, Acu Ocp spec: Gl/pd15-05g Dated 9 January 2024, Type I (unisex), Class 2 pgcs: 00045 pattern: 6 September 2023 nsns: 8415-01-670-5110 coat, Acu, Type I, Class Ii, Ocp spec: Gl/pd 14-04b Dated 26 June 2023, Type I, Class 2, Style A pgcs: 03976 pattern: 8 November 2023 nsns: 8415-01-623-5052 trousers, Acu, Type I, Class Ii, Ocp spec: Gl/pd 14-05c Dated 25 April 2024, Type I, Class 2, Style A pgcs: 03977 pattern: 9 June 2015 nsns: 8415-01-623-3923 destination: pgc: 00044, 00045, 03976, 03977 Pendergrass, Ga Fob Destination pgc: 03976, 03977 Austin, Tx Fob Destination duration Of The Contract Period: For Each Lot, 5 Years Consisting Of Five Consecutive 12-month Price Tiers. production Lead Time: 180 Days Initial, 150 Days Subsequent lot Structure: lot 1 Is A Wosb Set-aside, Lot 2 Is A Hubzone Small Business Set-aside, Lot 3 Is A Small Business Set-aside, And Lot 4 Is A Small Business Set-aside. See The Attached Lot Structure For Quantities. the Government Intends To Make Four Awards Under This Solicitation, One For Each Lot. This Solicitation Will Result In Firm Fixed Price Contract(s). This Procurement Will Use The Best Value Trade Off Method Of Source Selection. Inspection And Acceptance Is At Origin. All Material Used In The Fabrication Are To Be Furnished By The Successful Offeror. the Government Reserves The Right To Perform Conversions To The Various Combat Utility Uniforms Or Any New Combat Utility Uniforms With Similar Patterns And Specifications, Should The Government Determine A Need. Any Conversion Will Be Via Modification And Issued Under The Changes Clause. the Solicitation Will Be Posted On The Dla Internet Bid Board System (dibbs) At Https://www.dibbs.bsm.dla.mil/. Detailed System Requirements And Instructions For Registration Can Be Found On The Dibbs Home Page. Only Electronic Submission Of Proposals Via Dibbs Will Be Permitted. Potential Offerors Are Strongly Encouraged To Register Now And Ensure They Are Prepared For The Electronic Submission Process. Registration May Take Several Weeks To Complete. the Defense Appropriations And Authorization Acts And Other Statutes (including What Is Commonly Referred To As "the Berry Amendment") Impose Restrictions On The Dod's Acquisition Of Foreign Products And Services. Generally, Clothing And Textile Items (as Defined In Dfars Clause 252.225-7012) And "specialty Metals" (as Defined In Dfars Clause 252.225-7014), Including The Materials And Components Thereof (other Than Sensors, Electronics, Or Other Items Added To, And Not Normally Associated With Clothing), Must Be Grown, Reprocessed, Reused, Melted Or Produced In The United States, Its Possessions Or Puerto Rico, Unless One Of The Dfars 225.7002-2 Exceptions Applies. dla Troop Support Has Developed A Web-based System That Allows Manufacturers The Ability To Request Specifications And Patterns On Our Contracting Page Using The Following Link: http://www.dla.mil/troopsupport/clothingandtextiles/specrequest.aspx should The Site Not Be Functional, Or If There Any Questions Regarding Electronic Specs/patterns, Please Email The Following: trpsptc&t-tdr@dla.mil And/or Trpsptc&t-patterns@dla.mil please Do Not Contact The Contract Specialist And/or The Contracting Officer To Request Specifications Or Patterns. availability Of Solicitations, Far 5.102(d) Applies, As Our Office No Longer Issues Solicitations Or Amendments In Paper Form. the Following Are The Anticipated Pdm Requirements For The Solicitation. As The Solicitation Has Not Yet Been Issued, The Government Reserves The Right To Change The Pdm Requirements And Does Not Incur Any Responsibility Or Obligation To Offerors, Manufacturers, Or Suppliers In Providing These Anticipated Pdm Requirements. Please Withhold Questions Regarding Pdms And Technical Documents Until The Solicitation Is Posted – Any Such Questions Will Not Be Answered Until Then. The Anticipated Technical Data For The Items Is Attached To This Pre-solicitation But May Be Amended. Specifications And Patterns May Be Requested Through The Portal Provided Above. anticipated Pdm Requirements: specifications And Patterns For Each Item Are Listed Above. Each Sewing Facility Proposed To Manufacture The Ihwcu Coat Must Produce And Provide Exactly One Ihwcu Coat (type I (unisex), Class 2). Each Sewing Facility Proposed To Manufacture The Ihwcu Trousers (type I (unisex), Class 2) Must Produce And Provide Exactly One Pair Of Ihwcu Trousers. Each Sewing Facility Proposed To Manufacture The Acu Coat (type I, Class 2, Style A) Must Produce And Provide Exactly One Acu Coat. Each Sewing Facility Proposed To Manufacture The Acu Trousers (type I, Class 2, Style A) Must Produce And Provide Exactly One Pair Of Acu Trousers. Neither Common Ownership, Nor Proximity Of One Proposed Sewing Facility To Any Other Proposed Sewing Facility, Alters This Responsibility. All Pdms Shall Be Size Medium Regular. supplier Risk Performance System (sprs) Dla Is One Of Many Agencies Using The Dod Supplier Performance Risk System (sprs). It Is Imperative That Vendors Validate Their Performance Data In Sprs. Vendors Must Register At The Website Https://www.sprs.csd.disa.mil/ For Access To View Their Past Performance Scores And Negative Delivery And Quality Records Affecting The Scores. The Sprs User's Manual Provides Information Concerning Vendor Scoring, Negative & Positive Performance Data Utilized To Calculate Vendor Scores, And The Process In Which To Challenge Discrepant Performance Data. The Sprs Site Has A Number Of User Manuals Found At Https://www.sprs.csd.disa.mil/reference.htm. Dla Is Just A Member Of Sprs, Not The Owner Of The System, So If You Have Any Access Issues Please Contact The Sprs Customer Support Desk: Phone: 207-438-1690 Or Email: Webptsmh@navy.mil
DEPT OF THE ARMY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Presolicitation Notice title: Ftg257 Missile Field 2 Power Redundancy, Fort Greely, Alaska identify Set Aside Type psc Code: Y1bf – Construction Of Missile System Facilities naics Code: 237130 – Power And Communication Line And Related Structures Construction solicitation Number: W911kb25r0019 description: this Is A Pre-solicitation Notice For A 8(a) Small Business Set Aside Request For Proposal (rfp) To Provide Electrical Power Redundancy To The Missile Field 2 Silo Interface Vaults By Adding Automatic Transfer Switches And Main Lug Only Distribution Panels With Molded Case Circuit Breakers. The Sus A & B Switchgear Will Be Physically Separated, Have Enhanced Coordination/protection Features Incorporated, And Will Be Converted From A Main-tie-main To A Main-tie-tie-main Configuration. Additionally, The Power Control And Monitoring System (pcms) And Power Quality Monitoring System (pqms) Will Be Extended To Missile Field 2.this Is A Sources Sought Open To.the Estimated Dollar Magnitude Of This Project Is Anticipated Between $1,000,000 And $5,000,000. The Performance Period Will Be Approximately 630 Calendar Days. The Procurement Will Be Conducted Using Source Selection Procedures And The Award Will Be Based On Best Value Tradeoff Source Selection Procedures, Considering The Price And Non-price Factors Cited In This Announcement And The Solicitation. all Offerors Must Be Registered In The System For Award Management (sam) (https://www.sam.gov/sam/). Joint Ventures Must Be Registered In Sam As The Joint Venture. Offerors Are Advised To Begin This Process When They Prepare Their Proposal In Order To Ensure This Registration Is In Place Should They Be Selected For The Award. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. anticipated Ntp: 09 May 2025 With A 630 Calendar-day Period Of Performance; The Davis Bacon Act Will Apply. (1) Project Information: Provide Electrical Power Redundancy To The Missile Field 2 Silo Interface Vaults By Adding Automatic Transfer Switches And Main Lug Only Distribution Panels With Molded Case Circuit Breakers At Fort Greely, Alaska. (2) Selection Criteria: Evaluation Criteria To Be Listed In The Solicitation Are Anticipated To Be: factor 1 – Past Performance (confidence Assessment) factor 2 – Technical Approach factor 3 – Summary Milestone Schedule factor 4 – Price And Pro Forma Information (3) Obtaining The Solicitation: The Solicitation For This Project Will Be Provided In Electronic Format Only And Is Currently Scheduled To Be Available For Download On Or About 19 February 2025 At The Piee Solicitation Module Website At Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml Via Solicitation Number (w911kb25r0019). Any Future Amendments To The Solicitation Will Also Be Available For Download From This Website. All Responsible Sources May Submit An Offer Which Will Be Considered By The Agency. All Notifications Of Changes To This Solicitation Shall Be Made Through The Internet Only. It Is The Offeror’s Responsibility To Check For Any Posted Changes To This Solicitation. note: Electronic Proposal Submissions Will Only Be Accepted Via The Piee Solicitation Module Website At: Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. In Order To Submit A Proposal, Vendors Must Register In The Piee System And Must Have A Proposal Manager Role Established. Additional Information Regarding Proposal Manager, Proposal Manager Functions And Posting Offers Can Be Foud At Https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date9 Oct 2025
Tender AmountRefer Documents
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
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date30 May 2028
Tender AmountRefer Documents
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.
Th City Of Red Deer Tender
Civil Works Others
Canada
Closing Date1 Oct 2025
Tender AmountNA
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/
National Institutes Of Health Tender
Others
United States
Closing Date14 Oct 2025
Tender AmountRefer Documents
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.¿
City Of Cavite Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)
Details: Description Invitation To Bid For Project No. 2025-1-4 Construction Of Multipurpose Hall Building At Barangay 53-m, San Antonio, Cavite City 1. The City Government Of Cavite Through The 20% Df Intends To Apply The Sum Of Three Million Pesos (p 3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multipurpose Hall Building At San Antonio, Cavite City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cavite Now Invites Bids For Construction Of Multipurpose Hall Building At San Antonio, Cavite City. Completion Of The Works Is Required One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidder. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 4. Interested Bidders May Obtain Further Information From City Government Of Cavite- Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00 A.m – 5:00 P.m 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Starting January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, In The Amount Of P5,000.00 Only. 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 City Government Of Cavite Will Hold A Pre-bid Conference At 1st Floor, City Mayor’s Office, Conference Room, Cavite City Hall Building, Samonte Park, Cavite City, January 30, 2025, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 2/11/2025, 10:00a.m All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 2/11/2025 At 10:00a.m. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The City Government Of Cavite 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 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
9301-9310 of 10000 active Tenders