Tender Details
Title
LEMO Connectors Solicitation DEPT OF DEFENSE
Country
Language
English
Organization
Published Date
14.06.2024
Deadline Date
18.06.2024
Overview
LEMO Connectors Solicitation COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for E N0017324Q5639 America/New_York DEPT OF DEFENSE LEMO Connectors America/New_York eMail : yina.brooks.civ@us.navy.mil Yina Brooks District of Columbia USA UNITED STATES N0017324Q5639 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05; Effective: 22 May 2024 The associated North American Industrial Classification System (NAICS) code for this procurement is 334419, with a SMALL business size standard of 750. The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6150. The Naval Research Laboratory (NRL), located in Washington DC is seeking to purchase LEMO Connectors. _See Attached Schedule of Supplies/Services X See List Below 1. FSG.0T.302.CYCC45 (35 EACH) 2. FSA.1T.307.CYCK75 (35 EACH) 3. FPG.1B.307.CYCD72 (35 EACH) 4. FSG.2T.310.CYCC75 (35 EACH) Salient Characteristics: LEMO® T-series push-pull connectors have the following specs: •Watertight mating to give 360 degree protection and meet IP68 standards •Provide push-pull self-latching features with multiple mechanical keys (“FGG”) to avoidc ross-mating with other connectors •High packing density for space savings with slim, miniature construction •Electromagnetic compatibility (EMC) shielding (360 degree) •Compatible with existing B sockets and same mounting hole as B sockets •Multipole types 2 to 32 contacts •Chrome plated housing •Compatible to terminate on shielded twisted pair (STP) 22-24 American Wire Gauge(AWG) Cat6+ Ethernet cables that transmit 1000BaseT Gigabyte (GB) speeds •Shock and vibration resistant (100g, 6ms and 10-2000 Hz, 15g respectively) •Multiple electrical configurations for high-density low voltage, high power voltage, high-speed, coaxial, fiber optic, fluidic and thermocouple contacts Following is a list of the salient characteristics of a push-pull connector: •Provides locking mechanism to prevent disconnects by accident, usually released by squeezing/pulling the connector body •Typically cylindrical in shape with wide range of body configurations for low/high voltage pinning, coaxial, fluid, gas, etc. •Cylindrical/circular design offers space savings, allowing multiple connectors to be mounted closely together •Meet requirements for harsh environments, indoors and outdoors, dust, vibration, shock and water submersion •Requires axial force to mate and unmate Performance Requirements: The connectors must allow the NRL to provide the end users (WHCA) with reliable, protected and secure communications. The critical requirements of the connectors are as follows: •Compatible to fit Telecore Inc.’s Network Interface Unit (NIU) 2AJ-01000-5001 and Airborne Executive Phone (AEP) Handset 2AC-02000-0004 •Compatible to terminate on shielded twisted pair (STP) 22-24 American Wire Gauge (AWG) Cat6+ Ethernet cables that transmit 1000BaseTGigabyte (GB) speeds •Provide 360 degree protected, sealed electrical connection to meet IP68standards give full electromagnetic compatibility (EMC) shielding •Provide a conductive electromagnetic interference (EMI) metal type to maintain shielding integrity and ensure signal quality and performance •Operate using a self-latching system to ensure quick mating and unmating and provide security against vibration, shock and force exerted on cables •Must have unique mechanical keys to avoid cross-mating of connectors on the CEP NIU provides • Must have high packing density in a slim profile to meet tight standards of limited space within the communication system enclosure See specification attachment Supplies: BRAND NAME OR EQUAL. Items must be brand name or equal in accordance with FAR 52.211-6. FAR 52.212-1 has been tailored to include the following additional instructions: • This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty. • Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions • Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. Delivery Address: X U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 – Shipping/Receiving Code 3400 Washington, DC 20375 U.S. Naval Research Laboratory 7 Grace Hopper Avenue, Bldg. 702 Monterey, CA 93943-5502 _ U.S. Naval Research Laboratory 7 Grace Hopper Avenue, Stop 2 Bldg. 704 Monterey, CA 93943-5502 _ US Naval Research Laboratory Stennis Space Center Bldg. 2406, Code 7035.2 Stennis Space Ctr., MS 39529-5004 **FOB DESTINATION IS THE PREFERRED METHOD** Estimated Delivery Time: For FOB ORGIN, please provide the following information: FOB Shipping Point: _ Estimated Shipping Charge: _ Dimensions of Package(s): Shipping Weight: The following FAR & DFARS provisions and clauses as identified below are hereby incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be self-deleting. Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract. The full text of FAR & DFARS provisions and clauses may be accessed electronically at https://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/. 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment – Attached below to be completed and returned with Quote/Proposal. 52.204-26, Covered Telecommunication Equipment or Services - Representation 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) 52.212-1, "Instructions to Offerors-Commercial Items" 52.212-3, "Offerors Representations and Certifications-Commercial Items and Commercial Services" 52.217-5, Evaluation of Options 52.219-1, Small Business Program Representations 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications 52.237-1, Site Visit 52.252-1, Solicitation Provisions Incorporated by Reference NRL also includes the following provisions that must be completed and returned by the offeror: 1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation. 2. FAR 52.222-22, Previous Contracts and Compliance Reports 3. FAR 52.222-25, Affirmative Action Compliance Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract: 52.212-4, Contract Terms and Conditions-Commercial Items 52.203-3, Gratuities (APR 1984) 52.203-12, Limitation of Payments to Influence Certain Federal Transactions 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-28, Post-Award Small Business Program Rerepresentation 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-11, Extras 52.232-23, Assignment of Claims 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes-Fixed-Price 52.247-34, F.O.B Destination 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form) 52.249-4, Termination for Convenience of the Government (Services)(Short Form) 52.252-2, Clauses Incorporated By Reference 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - The following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting: 52.204-10 52.209-6 52.219-6 52.222-3 52.222-19 52.222-21 52.222-26 52.222-36 52.222-50 52.223-18 52.225-13 52.232-33 3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021 The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation: 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—Representation 252.215-7007, Notice of Intent to Resolicit The following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7013, Duty-Free Entry 252.227-7015, Technical Data - Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7010, Cloud Computing Services 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations SUBMISSION INSTRUCTIONS: All Quoters shall submit 1 (one) copy of their technical and price quote. Include your company Unique Entity ID and Cage Code/ N Cage Code on your quote. All quotations shall be sent via e-mail. Buyer Name: Yina Brooks Email: yina.brooks.civ@us.navy.mil Please reference this combined synopsis/solicitation number: N0017324Q5639 on your correspondence and in the "Subject" line of your email. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors shall have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable. Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Exceptions. Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on email. Unless already completed in SAM.gov, the following provision must also be completed and returned by the Offeror: Interim FAR rule 2019-009, published on July 14, 2020, and effective on August 13, 2020 Instruction to Offeror: Complete the attached 52.504-24 and include it with your offer. FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ‘‘does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument’’ in the provision at 52.204–26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v) of the provision at 52.212–3, Offeror Representations and Certifications– Commercial Items. Definitions. As used in this provision-Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204–25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115–232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115–232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ‘‘covered telecommunications equipment or services.’’ (d) Representations. The Offeror represents that— It ☐ will, ☐ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ‘‘will’’ in paragraph (d)(1) of this section; and After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that— It ☐ does, ☐ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ‘‘does’’ in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ‘‘will’’ in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment— The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services— If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or if not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ‘‘does’’ in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment— The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services— If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) NAICS Code : 334417 PSC Code : 6150 Phone : N/A
NAICS
Fiber Power Business Gasket Fiber Justice Electric Power Transmission Regulation Fiber Regulation and Administration of Communications All Other Telecommunications Motorcycle Executive and Legislative Offices Securities Justice Automatic Environmental Control Manufacturing for Residential All Other Telecommunications Aluminum Sheet All Other Telecommunications Construction Greenhouse Scenic and Sightseeing Transportation Other Justice Machinery Regulation Commercial Executive Regulation and Administration of Communications Agriculture Executive Photographic Film Environment Executive and Legislative Offices Management Other Justice Electroplating Agencies Water Construction Process Metal Can
CPVS
Telecommunications equipment Plates Stamps Earthmoving and excavating machinery, and associated parts Gases Profiles Laboratory, optical and precision equipments (excl. glasses) System, storage and content management software package Chromium, manganese, magnesium, lead and copper oxides and hydroxides Parts of locks Networks Wire Networking, Internet and intranet software development services Control, safety, signalling and light equipment Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Locks, keys and hinges Cable Control, safety or signalling equipment for inland waterways Wells construction work Thermocouples Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Safety cases Seals Permits Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Locks Forms Parts of chain Chain Networking, Internet and intranet software package Lifting, handling, loading or unloading machinery Rings, seals, bands, sticks and grout packers Laboratory, hygienic or pharmaceutical glassware Pressure-reducing, control, check or safety valves Information systems Other services Chromium Cable, wire and related products Chromium, manganese, cobalt, yttrium and zirconium Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Goods used in construction Electrical, electromagnetic and mechanical treatment Architectural, construction, engineering and inspection services Shapes Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manua... Security, fire-fighting, police and defence equipment New stamps Serials Cable TV Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Dental cryosurgical, gauges, elevators and excavators Control, safety or signalling equipment for airports Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Fibers Sockets Plate Profiles Greenhouse Chains Thermocouples Software Stamps Awards Water Business cases Packing Connectors Equipment cases Interfaces Single room Case making services IP phones Seals Wire gauge Combination H Financial Instruments, Products, Contracts and Agreements Securities Water, sanitation and hygiene kits Water, sanitation and hygiene kit Water, sanitation and hygiene kits Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries North America Northern America
Sectors
Chemicals Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Human Resource-HR Security Services Minerals and Mining Bridges and Tunnels Energy Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Telecommunications Water and Sanitation Law and Legal Environmental Work Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Technology Hardware and Equipment Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Industry Laboratory Equipment and Services Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert